Você está na página 1de 186

GOVERNMENT OF ODISHA

DEPARTMENT OF WATER RESOURCES

INTERNATIONAL COMPETITIVE BIDDING


W.B. Project ID: India - P089985 : IN

PART - 1

BIDDING PROCEDURES
for
Procurement of Works:
“CONSTRUCTION OF ADDITIONAL SPILLWAY
WITH HYDRO-MECHANICAL WORKS” ON LEFT
OF GANDHI HILLOCK AT HIRAKUD DAM –
ODISHA INDIA

ICB No. : ICB-1/ODISHA/ASW_HIRA / 2017-18


(Item Rate Contract)
PIC No.: OR10HH0003

DAM REHABILITATION AND IMPROVEMENT PROJECT

Govt. of Odisha,
through
The Chief Engineer & Basin Manager,
Upper Mahanadi Basin,
Department of Water Resources,
Burla, Distt.- Sambalpur, Pin-768017
Odisha-India
Table of Contents

PART 1 – BIDDING PROCEDURES.............................................................. ii

Section I. Instructions to Bidders ..................................................................... 1

Section II. Bid Data Sheet................................................................................ 21

Section III. Evaluation and Qualification Criteria ....................................... 31

Section IV. Bidding Forms .............................................................................. 50

section V: Eligible Countries .............................................................................................. 175


Section VI. Bank Policy - Corrupt and Fraudulent Practices ........................... 176

14-09-2017 Hirakud Addl. Spillway (I) I - Page i


PART 1 – BIDDING PROCEDURES

14-09-2017 Hirakud Addl. Spillway (I) I - Page ii


Table of Contents
PART 1 – BIDDING PROCEDURES .......................................................................................... ii
Section I. Instructions to Bidders ........................................................................................ 1
A. General ............................................................................................................................ 1
1. Scope of Bid.................................................................................................................... 1
2. Source of Funds .............................................................................................................. 1
3. Corrupt and Fraudulent Practices ................................................................................. 2
4. Eligible Bidders............................................................................................................... 2
5. Eligible Materials, Equipment, and Services ................................................................ 4
B. Contents of Bidding Documents ...................................................................................... 4
6. Sections of Bidding Documents .................................................................................... 4
7. Clarification of Bidding Documents, Site Visit, Pre-Bid Meeting ................................. 5
8. Amendment of Bidding Documents .............................................................................. 6
C. Preparation of Bids .............................................................................................................. 6
9. Cost of Bidding ............................................................................................................... 6
10. Language of Bid .............................................................................................................. 6
11. Documents Comprising the Bid ..................................................................................... 7
12. Letter of Bid and Schedules ........................................................................................... 7
13. Alternative Bids.............................................................................................................. 7
14. Bid Prices and Discounts ................................................................................................ 8
15. Currencies of Bid and Payment ..................................................................................... 9
16. Documents Comprising the Technical Proposal ........................................................... 9
17. Documents Establishing the Qualifications of the Bidder ............................................ 9
18. Period of Validity of Bids ............................................................................................. 10
19. Bid Security .................................................................................................................. 10
20. Format and Signing of Bid ........................................................................................... 11
D. Submission and Opening of Bids...................................................................................12
21. Sealing and Marking of Bids ........................................................................................ 12
22. Deadline for Submission of Bids.................................................................................. 12
23. Late Bids ....................................................................................................................... 13
24. Withdrawal, Substitution, and Modification of Bids.................................................. 13
25. Bid Opening .................................................................................................................. 13
E. Evaluation and Comparison of Bids .............................................................................14
26. Confidentiality ............................................................................................................. 14
27. Clarification of Bids ...................................................................................................... 14
28. Deviations, Reservations, and Omissions ................................................................... 15
29. Determination of Responsiveness .............................................................................. 15
30. Nonmaterial Nonconformities .................................................................................... 16
31. Correction of Arithmetical Errors ................................................................................ 16
32. Conversion to Single Currency..................................................................................... 16
33. Margin of Preference ................................................................................................... 16

14-09-2017 Hirakud Addl. Spillway (I) I - Page iii


34. Subcontractors ............................................................................................................. 17
35. Evaluation of Bids ........................................................................................................ 17
36. Comparison of Bids ...................................................................................................... 18
37. Qualification of the Bidder .......................................................................................... 18
38. Employer’s Right to Accept Any Bid, and to Reject Any or All Bids ........................... 18
F. Award of Contract ...............................................................................................................18
39. Award Criteria .............................................................................................................. 18
40. Notification of Award .................................................................................................. 19
41. Signing of Contract....................................................................................................... 19
42. Performance Security .................................................................................................. 19
Section II. Bid Data Sheet ......................................................................................................21
Section III. Evaluation and Qualification Criteria ........................................................31
(Without Prequalification) ...................................................................................................31
E- 3.0 Qualification................................................................................................................. 35
Q-4.0 Experience ............................................................................................................................. 39
E-5.0 Personnel ..................................................................................................................... 45
E-5.2 Construction Personnel .............................................................................................. 46
E-6.0 Equipment ................................................................................................................... 47
Section IV. Bidding Forms ....................................................................................................50
Letter of Bid ................................................................................................................................54
Appendix to Bid.........................................................................................................................59
TABLE A: Local Currency................................................................................................................... 59
TABLE C: Summary of Payment Currencies..................................................................................... 64
Bill of Quantities .........................................................................................................................65
PREAMBLE - A................................................................................................................................... 66
PREAMBLE-B .................................................................................................................................... 67
PRICE SCHEDULE HM (i) : H.M. Equipment - Gates & Hoists- Fabrication and Delivery Portion .... 80
PRICE SCHEDULE H.M (ii) : H.M. Equipment - Gates & Hoists - Erection Portion ................... 90
PRICE SCHEDULE HM (iii): H.M. Equipment - Gates & Hoists - Supply of Mandatory Spares &
Tools 100
PRICE SCHEDULE: Electrical Works ................................................................................................ 103
PRICE SCHEDULE: ESHS : Environment, Social, Health & Safety :................................................. 111
FORM : TECHNICAL PROPOSAL......................................................................................... 115
Site Organization ............................................................................................................................ 118
Method Statement......................................................................................................................... 119
Mobilization Schedule.................................................................................................................... 120
Construction Schedule (Base line) ................................................................................................. 121
PERSONNEL ............................................................................................................................. 128
FORM PER-1: Proposed Personnel ................................................................................................. 128
FORM PER-2: Resume of Proposed Personnel............................................................................... 131
BIDDERS QUALIFICATION ............................................................................................. 134
WITHOUT PREQUALIFICATION Form ELI -1.1: ...................................................................... 134

14-09-2017 Hirakud Addl. Spillway (I) I - Page iv


Bidder Information Form ............................................................................................................... 134
Form ELI -1.2: Bidder’s JV Information Form ................................................................................. 135
Form CON – 2: Historical Contract Non-Performance, Pending Litigation and Litigation History. 136
Form FIN – 3.2: Average Annual Construction Turnover ............................................................... 142
Form FIN – 3.3: Financial Resources .............................................................................................. 143
Form FIN – 3.4: Current Contract Commitments / Works in Progress .......................................... 144
FORM FIN – 3.5: Financial Stability ................................................................................................ 145
Form EXP - 4.1: General Construction Experience ......................................................................... 146
Form EXP - 4.2 (a): Specific Construction and Contract Management Experience ....................... 147
Form EXP - 4.2(b): Construction Experience in Key Activities........................................................ 150
Form H.M. – Technical Data Declaration/..................................................................... 158
FORM : Letter of Undertaking............................................................................................ 170
FORM : SUBCONTRACTORS LIST .................................................................................................... 171
Form of Bid Security .............................................................................................................. 173
Form of Bid-Securing Declaration ...................................................................................... 174
Section V: Eligible Countries ...................................................................................................... 175
Section VI. Bank Policy – ............................................................................................................... 176
Corrupt and Fraudulent Practices ................................................................................................. 176

14-09-2017 Hirakud Addl. Spillway (I) I - Page v


Section - I
Instructions to Bidders
(ITB)

14-09-2017 Hirakud Addl. Spillway (I) Page vi


Section I. - Instruction to Bidders

Section I. Instructions to Bidders

Table of Clauses

PART 1 – BIDDING PROCEDURES ..................................................................... ii


Section I. Instructions to Bidders ...................................................................... 1
A. General ...................................................................................................... 1
1. Scope of Bid ................................................................................................................. 1
2. Source of Funds ........................................................................................................... 1
3. Corrupt and Fraudulent Practices ............................................................................. 2
4. Eligible Bidders ............................................................................................................ 2
5. Eligible Materials, Equipment, and Services .......................................................... 4

B. Contents of Bidding Documents ................................................................... 4


6. Sections of Bidding Documents ............................................................................... 4
7. Clarification of Bidding Documents, Site Visit, Pre-Bid Meeting .......................... 5
8. Amendment of Bidding Documents .......................................................................... 6

C. Preparation of Bids......................................................................................... 6
9. Cost of Bidding ............................................................................................................. 6
10. Language of Bid ........................................................................................................... 6
11. Documents Comprising the Bid ................................................................................. 7
12. Letter of Bid and Schedules ....................................................................................... 7
13. Alternative Bids ............................................................................................................ 7
14. Bid Prices and Discounts............................................................................................ 8
15. Currencies of Bid and Payment ................................................................................. 9
16. Documents Comprising the Technical Proposal ..................................................... 9
17. Documents Establishing the Qualifications of the Bidder ...................................... 9
18. Period of Validity of Bids ........................................................................................... 10
19. Bid Security ................................................................................................................. 10
20. Format and Signing of Bid ........................................................................................ 11

D. Submission and Opening of Bids ............................................................... 12


21. Sealing and Marking of Bids .................................................................................... 12
22. Deadline for Submission of Bids ............................................................................. 12
23. Late Bids ..................................................................................................................... 13
24. Withdrawal, Substitution, and Modification of Bids............................................... 13
25. Bid Opening ................................................................................................................ 13

E. Evaluation and Comparison of Bids ........................................................... 14


26. Confidentiality .......................................................................................................... 14

14-09-2017 Hirakud Addl. Spillway (I) I - Page vii


Section I. - Instruction to Bidders

27. Clarification of Bids .................................................................................................... 14


28. Deviations, Reservations, and Omissions ............................................................. 15
29. Determination of Responsiveness .......................................................................... 15
30. Nonmaterial Nonconformities................................................................................... 16
31. Correction of Arithmetical Errors ............................................................................. 16
32. Conversion to Single Currency ................................................................................ 16
33. Margin of Preference ................................................................................................. 16
34. Subcontractors ........................................................................................................... 17
35. Evaluation of Bids ...................................................................................................... 17
36. Comparison of Bids ................................................................................................... 18
37. Qualification of the Bidder ........................................................................................ 18
38. Employer’s Right to Accept Any Bid, and to Reject Any or All Bids................... 18

F. Award of Contract ......................................................................................... 18


39. Award Criteria ............................................................................................................. 18
40. Notification of Award ................................................................................................. 19
41. Signing of Contract .................................................................................................... 19
42. Performance Security................................................................................................ 19

14-09-2017 Hirakud Addl. Spillway (I) I - Page viii


Section I.- Instruction to Bidders

Section I. Instructions to Bidders


A. General

1. Scope of Bid

1.1 In connection with the Invitation for Bids specified in the Bid Data Sheet (BDS),
the Employer, as specified in the BDS, issues these Bidding Documents for the
procurement of Works as specified in Section VII, Works Requirements. The
name, identification, and number of lots (contracts) of this International
Competitive Bidding (ICB) process are specified in the BDS.
1.2 Throughout these Bidding Documents:
(a) the term “in writing” means communicated in written form and delivered
against receipt;
(b) except where the context requires otherwise, words indicating the singular
also include the plural and words indicating the plural also include the
singular; and
(c) “day” means calendar day.

2. Source of Funds

2.1 The Borrower or Recipient (hereinafter called “Borrower”) specified in the BDS
has received or has applied for financing (hereinafter called “funds”) from the
International Bank for Reconstruction and Development or the International
Development Association (hereinafter called “the Bank”) in an amount specified in
the BDS, toward the project named in the BDS. The Borrower intends to apply a
portion of the funds to eligible payments under the contract(s) for which these
Bidding Documents are issued.
2.2 Payment by the Bank will be made only at the request of the Borrower and upon
approval by the Bank, and will be subject, in all respects, to the terms and
conditions of the Loan (or other financing) Agreement. The Loan (or other
financing) Agreement prohibits a withdrawal from the Loan (or other financing)
account for the purpose of any payment to persons or entities, or for any import of
goods, if such payment or import, to the knowledge of the Bank, is prohibited by a
decision of the United Nations Security Council taken under Chapter VII of the
Charter of the United Nations. No party other than the Borrower shall derive any
rights from the Loan (or other financing) Agreement or have any claim to the
proceeds of the Loan (or other financing).

14-09-2017 Hirakud Addl. Spillway (I) Page 1


Section I. - Instruction to Bidders

3. Corrupt and Fraudulent Practices

3.1 The Bank requires compliance with its policy in regard to corrupt and fraudulent
practices as set forth in Section VI.
3.2 In further pursuance of this policy, Bidders shall permit and shall cause its agents
(whether declared or not), sub-contractors, sub-consultants, service providers, or
suppliers and any personnel thereof, to permit the Bank to inspect all accounts,
records and other documents relating to any prequalification process, bid
submission, and contract performance (in the case of award), and to have them
audited by auditors appointed by the Bank.

4. Eligible Bidders

4.1 A Bidder may be a firm that is a private entity, a government-owned entity—


subject to ITB 4.5—or any combination of such entities in the form of a joint
venture (JV) under an existing agreement or with the intent to enter into such an
agreement supported by a letter of intent. In the case of a joint venture, all
members shall be jointly and severally liable for the execution of the Contract in
accordance with the Contract terms. The JV shall nominate a Representative who
shall have the authority to conduct all business for and on behalf of any and all the
members of the JV during the bidding process and, in the event the JV is awarded
the Contract, during contract execution. Unless specified in the BDS, there is no
limit on the number of members in a JV.
4.2 A Bidder shall not have a conflict of interest. Any Bidder found to have a conflict
of interest shall be disqualified. A Bidder may be considered to have a conflict of
interest for the purpose of this bidding process, if the Bidder:
(a) directly or indirectly controls, is controlled by or is under common control
with another Bidder; or
(b) receives or has received any direct or indirect subsidy from another Bidder;
or
(c) has the same legal representative as another Bidder; or
(d) has a relationship with another Bidder, directly or through common third
parties, that puts it in a position to influence the bid of another Bidder, or
influence the decisions of the Employer regarding this bidding process; or
(e) participates in more than one bid in this bidding process. Participation by a
Bidder in more than one Bid will result in the disqualification of all Bids in
which such Bidder is involved. However, this does not limit the inclusion
of the same subcontractor in more than one bid; or
(f) any of its affiliates participated as a consultant in the preparation of the
design or technical specifications of the works that are the subject of the
bid; or

14-09-2017 Hirakud Addl. Spillway (I) I - Page 2


Section I. - Instruction to Bidders

(g) any of its affiliates has been hired (or is proposed to be hired) by the
Employer or Borrower as Engineer for the Contract implementation; or
(h) would be providing goods, works, or non-consulting services resulting from
or directly related to consulting services for the preparation or
implementation of the project specified in the BDS ITB 2.1 that it provided
or were provided by any affiliate that directly or indirectly controls, is
controlled by, or is under common control with that firm; or
(i) has a close business or family relationship with a professional staff of the
Borrower (or of the project implementing agency, or of a recipient of a part
of the loan) who: (i) are directly or indirectly involved in the preparation of
the bidding documents or specifications of the contract, and/or the bid
evaluation process of such contract; or (ii) would be involved in the
implementation or supervision of such contract unless the conflict
stemming from such relationship has been resolved in a manner acceptable
to the Bank throughout the procurement process and execution of the
contract.
4.3 A Bidder may have the nationality of any country, subject to the restrictions
pursuant to ITB 4.7. A Bidder shall be deemed to have the nationality of a country
if the Bidder is constituted, incorporated or registered in and operates in conformity
with the provisions of the laws of that country, as evidenced by its articles of
incorporation (or equivalent documents of constitution or association) and its
registration documents, as the case may be. This criterion also shall apply to the
determination of the nationality of proposed sub-contractors or sub-consultants for
any part of the Contract including related Services.
4.4 A Bidder that has been sanctioned by the Bank in accordance with the above ITB
3.1, including in accordance with the Bank’s Guidelines on Preventing and
Combating Corruption in Projects Financed by IBRD Loans and IDA Credits and
Grants (“Anti-Corruption Guidelines”), shall be ineligible to be prequalified for,
bid for, or be awarded a Bank-financed contract or benefit from a Bank-financed
contract, financially or otherwise, during such period of time as the Bank shall
have determined. The list of debarred firms and individuals is available as specified
in the BDS.
4.5 Bidders that are Government-owned enterprises or institutions in the Employer’s
Country may participate only if they can establish that they (i) are legally and
financially autonomous (ii) operate under commercial law, and (iii) are not
dependent agencies of the Employer. To be eligible, a government-owned
enterprise or institution shall establish to the Bank’s satisfaction, through all
relevant documents, including its Charter and other information the Bank may
request, that it: (i) is a legal entity separate from the government (ii) does not
currently receive substantial subsidies or budget support; (iii) operates like any
commercial enterprise, and, inter alia, is not obliged to pass on its surplus to the
government, can acquire rights and liabilities, borrow funds and be liable for
repayment of its debts, and can be declared bankrupt; and (iv) is not bidding for a
contract to be awarded by the department or agency of the government which
under their applicable laws or regulations is the reporting or supervisory authority

14-09-2017 Hirakud Addl. Spillway (I) I - Page 3


Section I. - Instruction to Bidders

of the enterprise or has the ability to exercise influence or control over the
enterprise or institution.
4.6 A Bidder shall not be under suspension from bidding by the Employer as the result
of the operation of a Bid–Securing Declaration.
4.7 Firms and individuals may be ineligible if so indicated in Section V and (a) as a
matter of law or official regulations, the Borrower’s country prohibits commercial
relations with that country, provided that the Bank is satisfied that such exclusion
does not preclude effective competition for the supply of goods or the contracting
of works or services required; or (b) by an act of compliance with a decision of the
United Nations Security Council taken under Chapter VII of the Charter of the
United Nations, the Borrower’s country prohibits any import of goods or
contracting of works or services from that country, or any payments to any country,
person, or entity in that country.
4.8 This bidding is open only to prequalified Bidders unless specified in the BDS.
4.9 A Bidder shall provide such evidence of eligibility satisfactory to the Employer, as
the Employer shall reasonably request.

5. Eligible Materials, Equipment, and Services

5.1 The materials, equipment and services to be supplied under the Contract and
financed by the Bank may have their origin in any country subject to the
restrictions specified in Section V, Eligible Countries, and all expenditures under
the Contract will not contravene such restrictions. At the Employer’s request,
Bidders may be required to provide evidence of the origin of materials, equipment
and services.

B. Contents of Bidding Documents

6. Sections of Bidding Documents

6.1 The Bidding Documents consist of Parts 1, 2, and 3, which include all the Sections
specified below, and which should be read in conjunction with any Addenda issued
in accordance with ITB 8.

PART 1 Bidding Procedures


* Section I. Instructions to Bidders (ITB)
* Section II. Bid Data Sheet (BDS)
* Section III. Evaluation and Qualification Criteria
* Section IV. Bidding Forms
* Section V. Eligible Countries
* Section VI. Bank Policy-Corrupt and Fraudulent Practices

14-09-2017 Hirakud Addl. Spillway (I) I - Page 4


Section I. - Instruction to Bidders

PART 2 Works Requirements


* Section VII. Works Requirements

PART 3 Conditions of Contract and Contract Forms


* Section VIII. General Conditions (GC)
* Section IX. Particular Conditions (PC)
* Section X. Contract Forms
6.2 The Invitation for Bids issued by the Employer is not part of the Bidding
Documents.
6.3 Unless obtained directly from the Employer, the Employer is not responsible for
the completeness of the Bidding Documents, responses to requests for clarification,
the minutes of the pre-Bid meeting (if any), or Addenda to the Bidding Documents
in accordance with ITB 8. In case of any contradiction, documents obtained
directly from the Employer shall prevail.
6.4 The Bidder is expected to examine all instructions, forms, terms, and specifications
in the Bidding Documents and to furnish with its bid all information and
documentation as is required by the Bidding Documents.

7. Clarification of Bidding Documents, Site Visit, Pre-Bid Meeting

7.1 A Bidder requiring any clarification of the Bidding Documents shall contact the
Employer in writing at the Employer’s address specified in the BDS or raise its
enquiries during the pre-bid meeting if provided for in accordance with ITB 7.4.
The Employer will respond in writing to any request for clarification, provided that
such request is received no later than fourteen (14) days prior to the deadline for
submission of bids. The Employer shall forward copies of its response to all
Bidders who have acquired the Bidding Documents in accordance with ITB 6.3,
including a description of the inquiry but without identifying its source. If so
specified in the BDS, the Employer shall also promptly publish its response at the
web page identified in the BDS. Should the clarification result in changes to the
essential elements of the Bidding Documents, the Employer shall amend the
Bidding Documents following the procedure under ITB 8 and ITB 22.2.
7.2 The Bidder is advised to visit and examine the Site of Works and its surroundings
and obtain for itself on its own responsibility all information that may be necessary
for preparing the bid and entering into a contract for construction of the Works.
The costs of visiting the Site shall be at the Bidder’s own expense.
7.3 The Bidder and any of its personnel or agents will be granted permission by the
Employer to enter upon its premises and lands for the purpose of such visit, but
only upon the express condition that the Bidder, its personnel, and agents will
release and indemnify the Employer and its personnel and agents from and against
all liability in respect thereof, and will be responsible for death or personal injury,
loss of or damage to property, and any other loss, damage, costs, and expenses
incurred as a result of the inspection.

14-09-2017 Hirakud Addl. Spillway (I) I - Page 5


Section I. - Instruction to Bidders

7.4 If so specified in the BDS, the Bidder’s designated representative is invited to


attend a pre-bid meeting. The purpose of the meeting will be to clarify issues and
to answer questions on any matter that may be raised at that stage.
7.5 The Bidder is requested to submit any questions in writing, to reach the Employer
not later than one week before the meeting.
7.6 Minutes of the pre-bid meeting, if applicable, including the text of the questions
asked by Bidders, without identifying the source, and the responses given, together
with any responses prepared after the meeting, will be transmitted promptly to all
Bidders who have acquired the Bidding Documents in accordance with ITB 6.3.
Any modification to the Bidding Documents that may become necessary as a result
of the pre-bid meeting shall be made by the Employer exclusively through the issue
of an Addendum pursuant to ITB 8 and not through the minutes of the pre-bid
meeting. Nonattendance at the pre-bid meeting will not be a cause for
disqualification of a Bidder.

8. Amendment of Bidding Documents

8.1 At any time prior to the deadline for submission of bids, the Employer may amend
the Bidding Documents by issuing addenda.
8.2 Any addendum issued shall be part of the Bidding Documents and shall be
communicated in writing to all who have obtained the Bidding Documents from
the Employer in accordance with ITB 6.3. The Employer shall also promptly
publish the addendum on the Employer’s web page in accordance with ITB 7.1.
8.3 To give Bidders reasonable time in which to take an addendum into account in
preparing their bids, the Employer should extend the deadline for the submission of
bids, pursuant to ITB 22.2

C. Preparation of Bids

9. Cost of Bidding

9.1 The Bidder shall bear all costs associated with the preparation and submission of
its Bid, and the Employer shall not be responsible or liable for those costs,
regardless of the conduct or outcome of the bidding process.

10. Language of Bid

10.1 The Bid, as well as all correspondence and documents relating to the bid
exchanged by the Bidder and the Employer, shall be written in the language
specified in the BDS. Supporting documents and printed literature that are part of
the Bid may be in another language provided they are accompanied by an accurate
translation of the relevant passages in the language specified in the BDS, in which
case, for purposes of interpretation of the Bid, such translation shall govern.

14-09-2017 Hirakud Addl. Spillway (I) I - Page 6


Section I. - Instruction to Bidders

11. Documents Comprising the Bid

11.1 The Bid shall comprise the following:


(a) Letter of Bid and Appendix to Bid, in accordance with ITB 12;
(b) Completed schedules as required, including priced ---- Bill of Quantities, in
accordance with ITB 12 and 14;
(c) Bid Security or Bid-Securing Declaration, in accordance with ITB 19.1;
(d) Alternative bids, if permissible, in accordance with ITB 13;
(e) Written confirmation authorizing the signatory of the Bid to commit the
Bidder, in accordance with ITB 20.2;
(f) Documentary evidence in accordance with ITB 17 establishing the Bidder’s
continued qualified status or, if post-qualification applies, as specified in
accordance with ITB 4.8, the Bidder’s qualifications to perform the contract
if its Bid is accepted;
(g) Technical Proposal in accordance with ITB 16; and
(h) Any other document required in the BDS.
11.2 In addition to the requirements under ITB 11.1, bids submitted by a JV shall
include a copy of the Joint Venture Agreement entered into by all members.
Alternatively, a letter of intent to execute a Joint Venture Agreement in the event
of a successful bid shall be signed by all members and submitted with the bid,
together with a copy of the proposed Agreement.
11.3 The Bidder shall furnish in the Letter of Bid information on commissions and
gratuities, if any, paid or to be paid to agents or any other party relating to this Bid.

12. Letter of Bid and Schedules

12.1 The Letter of Bid and Schedules, including the ---- Bill of Quantities, shall be
prepared using the relevant forms furnished in Section IV, Bidding Forms. The
forms must be completed without any alterations to the text, and no substitutes
shall be accepted except as provided under ITB 20.2. All blank spaces shall be
filled in with the information requested.

13. Alternative Bids

13.1 Unless otherwise specified in the BDS, alternative bids shall not be considered.

13.2 When alternative times for completion are explicitly invited, a statement to that
effect will be included in the BDS, as will the method of evaluating different
times for completion.

14-09-2017 Hirakud Addl. Spillway (I) I - Page 7


Section I. - Instruction to Bidders

13.3 Except as provided under ITB 13.4 below, Bidders wishing to offer technical
alternatives to the requirements of the Bidding Documents must first price the
Employer’s design as described in the Bidding Documents and shall further
provide all information necessary for a complete evaluation of the alternative by
the Employer, including drawings, design calculations, technical specifications,
breakdown of prices, and proposed construction methodology and other relevant
details. Only the technical alternatives, if any, of the lowest evaluated Bidder
conforming to the basic technical requirements shall be considered by the
Employer.
13.4 When specified in the BDS, Bidders are permitted to submit alternative technical
solutions for specified parts of the Works, and such parts will be identified in the
BDS, as will the method for their evaluating, and described in Section VII, Works
Requirements

14. Bid Prices and Discounts

14.1 The prices and discounts (including any price reduction) quoted by the Bidder in
the Letter of Bid and in the Preliminary Bill of Quantities shall conform to the
requirements specified below.
14.2 The Bidder shall fill in rates and prices for all items of the Works described in the
Preliminary Bill of Quantities. Items against which no rate or price is entered by
the Bidder shall be deemed covered by the rates for other items in the Preliminary
Bill of Quantities and will not be paid for separately by the Employer. An item
not listed in the priced Preliminary Bill of Quantities shall be assumed to be not
included in the Bid, and provided that the Bid is determined substantially
responsive notwithstanding this omission, the average price of the item quoted by
substantially responsive bidders will be added to the bid price and the equivalent
total cost of the bid so determined will be used for price comparison.
14.3 The price to be quoted in the Letter of Bid, in accordance with ITB 12.1, shall be
the total price of the Bid, excluding any discounts offered.
14.4 The Bidder shall quote any discounts and the methodology for their application in
the Letter of Bid, in accordance with ITB 12.1.
14.5 Unless otherwise specified in the BDS and the Contract, the rates and prices
quoted by the Bidder are subject to adjustment during the performance of the
Contract in accordance with the provisions of the Conditions of Contract. In such a
case, the Bidder shall furnish the indices and weightings for the price adjustment
formulae in the Schedule of Adjustment Data and the Employer may require the
Bidder to justify its proposed indices and weightings.
14.6 If so specified in ITB 1.1, bids are being invited for individual lots (contracts)or for
any combination of lots (packages). Bidders wishing to offer discounts for the
award of more than one Contract shall specify in their bid the price reductions
applicable to each package, or alternatively, to individual Contracts within the
package. Discounts shall be submitted in accordance with ITB 14.4, provided the
bids for all lots (contracts) are opened at the same time.

14-09-2017 Hirakud Addl. Spillway (I) I - Page 8


Section I. - Instruction to Bidders

14.7 All duties, taxes, and other levies payable by the Contractor under the Contract, or
for any other cause, as of the date 28 days prior to the deadline for submission of
bids, shall be included in the rates and prices and the total Bid Price submitted by
the Bidder.

15. Currencies of Bid and Payment

15.1 The currency(ies) of the bid and the currency(ies) of payments shall be as
specified in the BDS.
15.2 Bidders may be required by the Employer to justify, to the Employer’s satisfaction,
their local and foreign currency requirements, and to substantiate that the amounts
included in the unit rates and prices and shown in the Schedule of Adjustment Data
in the Appendix to Bid are reasonable, in which case a detailed breakdown of the
foreign currency requirements shall be provided by Bidders.

16. Documents Comprising the Technical Proposal

16.1 The Bidder shall furnish a Technical Proposal including a statement of work
methods, equipment, personnel, schedule and any other information as stipulated in
Section IV – Bidding Forms, in sufficient detail to demonstrate the adequacy of the
Bidder’s proposal to meet the work requirements and the completion time.

17. Documents Establishing the Qualifications of the Bidder

17.1 In accordance with Section III, Evaluation and Qualification Criteria, to establish
that the Bidder continues to meet the criteria used at the time of prequalification,
the Bidder shall provide in the corresponding information sheets included in
Section IV, Bidding Forms, updated information on any assessed aspect that
changed from that time, or if post-qualification applies as specified in ITB 4.8, the
Bidder shall provide the information requested in the corresponding information
sheets included in Section IV, Bidding Forms.
17.2 If a margin of preference applies as specified in accordance with ITB 33.1,
domestic Bidders, individually or in joint ventures, applying for eligibility for
domestic preference shall supply all information required to satisfy the criteria for
eligibility specified in accordance with ITB 33.1.
17.3 Any change in the structure or formation of a Bidder after being prequalified and
invited to Bid (including, in the case of a JV, any change in the structure or
formation of any member thereto) shall be subject to the written approval of the
Employer prior to the deadline for submission of Bids. Such approval shall be
denied if (i) a Bidder proposes to associate with a disqualified Bidder or in case of
a disqualified joint venture, any of its members; (ii) as a consequence of the
change, the Bidder no longer substantially meets the qualification criteria set forth
in Section III, Qualification Criteria and Requirements; or (iii) in the opinion of the
Employer, the change may result in a substantial reduction in competition. Any
such change should be submitted to the Employer not later than fourteen (14) days
after the date of the Invitation for Bids.

14-09-2017 Hirakud Addl. Spillway (I) I - Page 9


Section I. - Instruction to Bidders

18. Period of Validity of Bids

18.1 Bids shall remain valid for the period specified in the BDS after the bid
submission deadline date prescribed by the Employer in accordance with ITB 22.1.
A bid valid for a shorter period shall be rejected by the Employer as non
responsive.
18.2 In exceptional circumstances, prior to the expiration of the bid validity period, the
Employer may request Bidders to extend the period of validity of their bids. The
request and the responses shall be made in writing. If a bid security is requested in
accordance with ITB 19, it shall also be extended for twenty-eight (28) days
beyond the deadline of the extended validity period. A Bidder may refuse the
request without forfeiting its bid security. A Bidder granting the request shall not
be required or permitted to modify its bid, except as provided in ITB 18.3.
18.3 If the award is delayed by a period exceeding fifty-six (56) days beyond the expiry
of the initial bid validity, the Contract price shall be determined as follows:
(a) In the case of fixed price contracts, the Contract price shall be the bid price
adjusted by the factor specified in the BDS.
(b) In the case of adjustable price contracts, no adjustment shall be made.
(c) In any case, bid evaluation shall be based on the bid price without taking
into consideration the applicable correction from those indicated above.

19. Bid Security

19.1 The Bidder shall furnish as part of its bid, either a Bid-Securing Declaration or a
bid security as specified in the BDS, in original form and, in the case of a bid
security, in the amount and currency specified in the BDS.
19.2 A Bid-Securing Declaration shall use the form included in Section IV, Bidding
Forms.
19.3 If a bid security is specified pursuant to ITB 19.1, the bid security shall be a
demand guarantee in any of the following forms at the Bidder’s option:
(a) an unconditional guarantee issued by a bank or financial institution (such as
an insurance, bonding or surety company);
(b) an irrevocable letter of credit;
(c) a certified cashier’s or certified cheque; or
(d) another security specified in the BDS,
From a reputable source from an eligible country. If the unconditional guarantee is
issued by a financial institution located outside the Employer’s Country, the
issuing financial institution shall have a correspondent financial institution located
in the Employer’s Country to make it enforceable. In the case of a bank guarantee,
the bid security shall be submitted either using the Bid Security Form included in
Section IV, Bidding Forms, or in another substantially similar format approved by
the Employer prior to bid submission. The bid security shall be valid for twenty-

14-09-2017 Hirakud Addl. Spillway (I) I - Page 10


Section I. - Instruction to Bidders

eight (28) days beyond the original validity period of the bid, or beyond any period
of extension if requested under ITB 18.2.
19.4 If a bid security or Bid Securing Declaration is specified pursuant to ITB 19.1, any
bid not accompanied by a substantially responsive bid security or Bid-Securing
Declaration shall be rejected by the Employer as non responsive.
19.5 If a bid security is specified pursuant to ITB 19.1, the bid security of unsuccessful
Bidders shall be returned as promptly as possible upon the successful Bidder’s
signing the Contract and furnishing the performance security pursuant to ITB 42.
19.6 The bid security of the successful Bidder shall be returned as promptly as possible
once the successful Bidder has signed the Contract and furnished the required
performance security.
19.7 The bid security may be forfeited or the Bid-Securing Declaration executed:
(a) if a Bidder withdraws its bid during the period of bid validity specified by
the Bidder on the Letter of Bid, or any extension thereto provided by the
Bidder; or
(b) if the successful Bidder fails to:
(i) sign the Contract in accordance with ITB 41; or
(ii) furnish a performance security in accordance with ITB 42.
19.8 The bid security or the Bid-Securing Declaration of a JV shall be in the name of
the JV that submits the bid. If the JV has not been legally constituted into a legally
enforceable JV at the time of bidding, the bid security or the Bid-Securing
Declaration shall be in the names of all future members as named in the letter of
intent referred to in ITB 4.1 and ITB 11.2.
19.9 If a bid security is not required in the BDS pursuant to ITB 19.1, and
(a) if a Bidder withdraws its bid during the period of bid validity specified by
the Bidder on the Letter of Bid, or
(b) if the successful Bidder fails to sign the Contract in accordance with ITB
41; or furnish a performance security in accordance with ITB 42;
the Borrower may, if provided for in the BDS, declare the Bidder
ineligible to be awarded a contract by the Employer for a period of time as
stated in the BDS.

20. Format and Signing of Bid

20.1 The Bidder shall prepare one original of the documents comprising the bid as
described in ITB 11 and clearly mark it “ORIGINAL.” Alternative bids, if
permitted in accordance with ITB 13, shall be clearly marked “ALTERNATIVE.”
In addition, the Bidder shall submit copies of the bid, in the number specified in
the BDS and clearly mark them “COPY.” In the event of any discrepancy between
the original and the copies, the original shall prevail.

14-09-2017 Hirakud Addl. Spillway (I) I - Page 11


Section I. - Instruction to Bidders

20.2 The original and all copies of the bid shall be typed or written in indelible ink and
shall be signed by a person duly authorized to sign on behalf of the Bidder. This
authorization shall consist of a written confirmation as specified in the BDS and
shall be attached to the bid. The name and position held by each person signing the
authorization must be typed or printed below the signature. All pages of the bid
where entries or amendments have been made shall be signed or initialled by the
person signing the bid.
20.3 In case the Bidder is a JV, the Bid shall be signed by an authorized representative
of the JV on behalf of the JV, and so as to be legally binding on all the members as
evidenced by a power of attorney signed by their legally authorized
representatives.
20.4 Any inter-lineation, erasures, or overwriting shall be valid only if they are signed
or initialled by the person signing the bid.

D. Submission and Opening of Bids

21. Sealing and Marking of Bids

21.1 The Bidder shall enclose the original and all copies of the bid, including alternative
bids, if permitted in accordance with ITB 13, in separate sealed envelopes, duly
marking the envelopes as “ORIGINAL”, “ALTERNATIVE” and “COPY.” These
envelopes containing the original and the copies shall then be enclosed in one
single envelope.
21.2 The inner and outer envelopes shall:
(a) bear the name and address of the Bidder;
(b) be addressed to the Employer in accordance with ITB 22.1;
(c) bear the specific identification of this bidding process specified in the BDS
1.1; and
(d) bear a warning not to open before the time and date for bid opening.
21.3 If all envelopes are not sealed and marked as required, the Employer will assume
no responsibility for the misplacement or premature opening of the bid.

22. Deadline for Submission of Bids

22.1 Bids must be received by the Employer at the address and no later than the date
and time specified in the BDS. When so specified in the BDS, bidders shall have
the option of submitting their bids electronically. Bidders submitting bids
electronically shall follow the electronic bid submission procedures specified in
the BDS.
22.2 The Employer may, at its discretion, extend the deadline for the submission of bids
by amending the Bidding Documents in accordance with ITB 8, in which case all

14-09-2017 Hirakud Addl. Spillway (I) I - Page 12


Section I. - Instruction to Bidders

rights and obligations of the Employer and Bidders previously subject to the
deadline shall thereafter be subject to the deadline as extended.

23. Late Bids

23.1 The Employer shall not consider any bid that arrives after the deadline for
submission of bids, in accordance with ITB 22. Any bid received by the Employer
after the deadline for submission of bids shall be declared late, rejected, and
returned unopened to the Bidder.

24. Withdrawal, Substitution, and Modification of Bids

24.1 A Bidder may withdraw, substitute, or modify its bid after it has been submitted by
sending a written notice, duly signed by an authorized representative, and shall
include a copy of the authorization in accordance with ITB 20.2, (except that
withdrawal notices do not require copies). The corresponding substitution or
modification of the bid must accompany the respective written notice. All notices
must be:
(a) prepared and submitted in accordance with ITB 20 and ITB 21 (except that
withdrawals notices do not require copies), and in addition, the respective
envelopes shall be clearly marked “Withdrawal,” “Substitution,”
“Modification;” And

(b) received by the Employer prior to the deadline prescribed for submission of
bids, in accordance with ITB 22.

24.2 Bids requested to be withdrawn in accordance with ITB 24.1 shall be returned
unopened to the Bidders.

24.3 No bid may be withdrawn, substituted, or modified in the interval between the
deadline for submission of bids and the expiration of the period of bid validity
specified by the Bidder on the Letter of Bid or any extension thereof.

25. Bid Opening

25.1 Except in the cases specified in ITB 23 and 24, the Employer shall publicly open
and read out in accordance with ITB 25.3 all bids received by the deadline, at the
date, time and place specified in the BDS, in the presence of Bidders` designated
representatives and anyone who choose to attend.
25.2 First, envelopes marked “WITHDRAWAL” shall be opened and read out and the
envelope with the corresponding bid shall not be opened, but returned to the
Bidder. No bid withdrawal shall be permitted unless the corresponding withdrawal
notice contains a valid authorization to request the withdrawal and is read out at
bid opening. Next, envelopes marked “SUBSTITUTION” shall be opened and read
out and exchanged with the corresponding bid being substituted, and the
substituted bid shall not be opened, but returned to the Bidder. No bid substitution
shall be permitted unless the corresponding substitution notice contains a valid

14-09-2017 Hirakud Addl. Spillway (I) I - Page 13


Section I. - Instruction to Bidders

authorization to request the substitution and is read out at bid opening. Envelopes
marked “MODIFICATION” shall be opened and read out with the corresponding
bid. No bid modification shall be permitted unless the corresponding modification
notice contains a valid authorization to request the modification and is read out at
bid opening. Only bids that are opened and read out at bid opening shall be
considered further.
25.3 All other envelopes shall be opened one at a time, reading out: the name of the
Bidder and whether there is a modification; the total Bid Price, per lot (contract) if
applicable, including any discounts and alternative bids; the presence or absence of
a bid security, if required; and any other details as the Employer may consider
appropriate. Only discounts and alternative bids read out at bid opening shall be
considered for evaluation. The Letter of Bid and the---- Bill of Quantities are to be
initialled by representatives of the Employer attending bid opening in the manner
specified in the BDS. The Employer shall neither discuss the merits of any bid nor
reject any bid (except for late bids, in accordance with ITB 23.1).
25.4 The Employer shall prepare a record of the bid opening that shall include, as a
minimum: the name of the Bidder and whether there is a withdrawal, substitution,
or modification; the Bid Price, per lot (contract) if applicable, including any
discounts and alternative bids; and the presence or absence of a bid security, if one
was required. The Bidders’ representatives who are present shall be requested to
sign the record. The omission of a Bidder’s signature on the record shall not
invalidate the contents and effect of the record. A copy of the record shall be
distributed to all Bidders.

E. Evaluation and Comparison of Bids

26. Confidentiality

26.1 Information relating to the evaluation of bids and recommendation of contract


award shall not be disclosed to Bidders or any other persons not officially
concerned with the bidding process until information on Contract award is
communicated to all Bidders in accordance with ITB 40.
26.2 Any attempt by a Bidder to influence the Employer in the evaluation of the bids or
Contract award decisions may result in the rejection of its bid.
26.3 Notwithstanding ITB 26.2, from the time of bid opening to the time of Contract
award, if a Bidder wishes to contact the Employer on any matter related to the
bidding process, it shall do so in writing.

27. Clarification of Bids

27.1 To assist in the examination, evaluation, and comparison of the bids, and
qualification of the Bidders, the Employer may, at its discretion, ask any Bidder for
a clarification of its bid, given a reasonable time for a response. Any clarification
submitted by a Bidder that is not in response to a request by the Employer shall not
be considered. The Employer’s request for clarification and the response shall be

14-09-2017 Hirakud Addl. Spillway (I) I - Page 14


Section I. - Instruction to Bidders

in writing. No change, including any voluntary increase or decrease, in the prices


or substance of the bid shall be sought, offered, or permitted, except to confirm the
correction of arithmetic errors discovered by the Employer in the evaluation of the
bids, in accordance with ITB 31.
27.2 If a Bidder does not provide clarifications of its bid by the date and time set in the
Employer’s request for clarification, its bid may be rejected.

28. Deviations, Reservations, and Omissions

28.1 During the evaluation of bids, the following definitions apply:


(a) “Deviation” is a departure from the requirements specified in the Bidding
Documents;
(b) “Reservation” is the setting of limiting conditions or withholding from
complete acceptance of the requirements specified in the Bidding
Documents; and
(c) “Omission” is the failure to submit part or all of the information or
documentation required in the Bidding Documents.

29. Determination of Responsiveness

29.1 The Employer’s determination of a bid’s responsiveness is to be based on the


contents of the bid itself, as defined in ITB11.
29.2 A substantially responsive bid is one that meets the requirements of the Bidding
Documents without material deviation, reservation, or omission. A material
deviation, reservation, or omission is one that,
(a) if accepted, would:
(i) affect in any substantial way the scope, quality, or performance of
the Works specified in the Contract; or
(ii) limit in any substantial way, inconsistent with the Bidding
Documents, the Employer’s rights or the Bidder’s obligations under
the proposed Contract; or
(b) if rectified, would unfairly affect the competitive position of other Bidders
presenting substantially responsive bids.
29.3 The Employer shall examine the technical aspects of the bid submitted in
accordance with ITB 16, Technical Proposal, in particular, to confirm that all
requirements of Section VI, Works Requirements have been met without any
material deviation, reservation or omission.
29.4 If a bid is not substantially responsive to the requirements of the Bidding
Documents, it shall be rejected by the Employer and may not subsequently be
made responsive by correction of the material deviation, reservation, or omission.

14-09-2017 Hirakud Addl. Spillway (I) I - Page 15


Section I. - Instruction to Bidders

30. Nonmaterial Nonconformities

30.1 Provided that a bid is substantially responsive, the Employer may waive any non-
conformities in the Bid.
30.2 Provided that a bid is substantially responsive, the Employer may request that the
Bidder submit the necessary information or documentation, within a reasonable
period of time, to rectify nonmaterial nonconformities in the bid related to
documentation requirements. Requesting information or documentation on such
nonconformities shall not be related to any aspect of the price of the Bid. Failure
of the Bidder to comply with the request may result in the rejection of its Bid.
30.3 Provided that a bid is substantially responsive, the Employer shall rectify
quantifiable nonmaterial nonconformities related to the Bid Price. To this effect,
the Bid Price shall be adjusted, for comparison purposes only, to reflect the price of
a missing or non-conforming item or component. The adjustment shall be made
using the method specified in Section III, Evaluation and Qualification Criteria.

31. Correction of Arithmetical Errors

31.1 Provided that the bid is substantially responsive, the Employer shall correct
arithmetical errors on the following basis:
(a) if there is a discrepancy between the unit price and the total price that is
obtained by multiplying the unit price and quantity, the unit price shall
prevail and the total price shall be corrected, unless in the opinion of the
Employer there is an obvious misplacement of the decimal point in the unit
price, in which case the total price as quoted shall govern and the unit price
shall be corrected;
(b) if there is an error in a total corresponding to the addition or subtraction of
subtotals, the subtotals shall prevail and the total shall be corrected; and
(c) if there is a discrepancy between words and figures, the amount in words
shall prevail, unless the amount expressed in words is related to an
arithmetic error, in which case the amount in figures shall prevail subject to
(a) and (b) above.
31.2 Bidders shall be requested to accept correction of arithmetical errors. Failure to
accept the correction in accordance with ITB 31.1, shall result in the rejection of
the Bid.

32. Conversion to Single Currency

32.1 For evaluation and comparison purposes, the currency (ies) of the Bid shall be
converted into a single currency as specified in the BDS.

33. Margin of Preference

33.1 Unless otherwise specified in the BDS, a margin of preference for domestic
bidders1 shall not apply.

14-09-2017 Hirakud Addl. Spillway (I) I - Page 16


Section I. - Instruction to Bidders

34. Subcontractors
34.1 Unless otherwise stated in the BDS, the Employer does not intend to execute any
specific elements of the Works by sub-contractors selected in advance by the
Employer.
34.2 In case of Prequalification, the Bidder’s Bid shall name the same specialized
subcontractor as submitted in the prequalification application and approved by the
Employer.
34.3 In case of Post qualification, the Employer may permit subcontracting for certain
specialized works as indicated in Section III 4.2. When subcontracting is permitted
by the Employer, the specialized sub-contractor’s experience shall be considered
for evaluation. Section III describes the qualification criteria for sub-contractors.
34.4 Bidders may propose subcontracting up to the percentage of total value of contracts
or the volume of works as specified in the BDS.

35. Evaluation of Bids

35.1 The Employer shall use the criteria and methodologies listed in this Clause. No
other evaluation criteria or methodologies shall be permitted.
35.2 To evaluate a bid, the Employer shall consider the following:
(a) the bid price, excluding Provisional Sums and the provision, if any, for
contingencies in the Summary ---- Bill of Quantities, but including Day
work items, where priced competitively;
(b) price adjustment for correction of arithmetic errors in accordance with ITB
31.1;
(c) price adjustment due to discounts offered in accordance with ITB 14.4;
(d) converting the amount resulting from applying (a) to (c) above, if relevant,
to a single currency in accordance with ITB 32;
(e) price adjustment due to quantifiable nonmaterial nonconformities in
accordance with ITB 30.3;
(f) the additional evaluation factors are specified in Section III, Evaluation and
Qualification Criteria;
35.3 The estimated effect of the price adjustment provisions of the Conditions of
Contract, applied over the period of execution of the Contract, shall not be taken
into account in bid evaluation.
35.4 If these Bidding Documents allows Bidders to quote separate prices for different
lots (contracts), the methodology to determine the lowest evaluated price of the lot
(contract) combinations, including any discounts offered in the Letter of Bid Form,
is specified in Section III, Evaluation and Qualification Criteria.
35.5 If the bid, which results in the lowest Evaluated Bid Price, is seriously unbalanced
or front loaded in the opinion of the Employer, the Employer may require the

14-09-2017 Hirakud Addl. Spillway (I) I - Page 17


Section I. - Instruction to Bidders

Bidder to produce detailed price analyses for any or all items of the ---- Bill of
Quantities, to demonstrate the internal consistency of those prices with the
construction methods and schedule proposed. After evaluation of the price
analyses, taking into consideration the schedule of estimated Contract payments,
the Employer may require that the amount of the performance security be increased
at the expense of the Bidder to a level sufficient to protect the Employer against
financial loss in the event of default of the successful Bidder under the Contract.

36. Comparison of Bids

36.1 The Employer shall compare the evaluated prices of all substantially responsive
bids established in accordance with ITB 35.2 to determine the lowest evaluated
bid.

37. Qualification of the Bidder

37.1 The Employer shall determine to its satisfaction whether the Bidder that is selected
as having submitted the lowest evaluated and substantially responsive bid either
continues to meet (if prequalification applies) or meets (if post qualification
applies) the qualifying criteria specified in Section III, Evaluation and
Qualification Criteria.
37.2 The determination shall be based upon an examination of the documentary
evidence of the Bidder’s qualifications submitted by the Bidder, pursuant to ITB
17.1.
37.3 An affirmative determination shall be a prerequisite for award of the Contract to
the Bidder. A negative determination shall result in disqualification of the bid, in
which event the Employer shall proceed to the next lowest evaluated bid to make a
similar determination of that Bidder’s qualifications to perform satisfactorily.

38. Employer’s Right to Accept Any Bid, and to Reject Any or All Bids

38.1 The Employer reserves the right to accept or reject any bid, and to annul the
bidding process and reject all bids at any time prior to contract award, without
thereby incurring any liability to Bidders. In case of annulment, all bids submitted
and specifically, bid securities, shall be promptly returned to the Bidders.

F. Award of Contract

39. Award Criteria

39.1 Subject to ITB 38.1, the Employer shall award the Contract to the Bidder who has been
determined to be the lowest evaluated bid and is substantially responsive to the Bidding
Documents, provided further that the Bidder is determined to be qualified to perform the
Contract satisfactorily.

14-09-2017 Hirakud Addl. Spillway (I) I - Page 18


Section I. - Instruction to Bidders

40. Notification of Award

40.1 Prior to the expiration of the period of bid validity, the Employer shall notify the
successful Bidder.
(i) name of each Bidder who submitted a Bid;
(ii) bid prices as read out at Bid Opening;
(iii) name and evaluated prices of each Bid that was evaluated;
(iv) name of bidders whose bids were rejected and the reasons for their
rejection; and
(v) name of the successful Bidder, and the Price it offered, as well as the
duration and summary scope of the contract awarded, in writing, that its bid
has been accepted. The notification letter (hereinafter and in the Conditions
of Contract and Contract Forms called the “Letter of Acceptance”) shall
specify the sum that the Employer will pay the Contractor in consideration
of the execution and completion of the Works (hereinafter and in the
Conditions of Contract and Contract Forms called “the Contract Price”). At
the same time, the Employer shall also notify all other Bidders of the results
of the bidding and shall publish in UNDB online the results identifying the
bid and lot (contract) numbers and the following information:

40.2 Until a formal contract is prepared and executed, the notification of award shall
constitute a binding Contract.
40.3 The Employer shall promptly respond in writing to any unsuccessful Bidder who,
after notification of award in accordance with ITB 40.1, requests in writing the
grounds on which its bid was not selected.

41. Signing of Contract

41.1 Promptly upon notification, the Employer shall send the successful Bidder the
Contract Agreement.
41.2 Within twenty-eight (28) days of receipt of the Contract Agreement, the successful
Bidder shall sign, date, and return it to the Employer.

42. Performance Security

42.1 Within twenty-eight (28) days of the receipt of notification of award from the
Employer, the successful Bidder shall furnish the performance security and, if
required in the BDS, the Environmental, Social, Health and Safety (ESHS)
Performance Security in accordance with the General Conditions of Contract,
subject to ITB 35.5, using for that purpose the Performance Security and ESHS
Performance Security Forms included in Section X, Contract Forms, or another
form acceptable to the Employer. If the performance security furnished by the

14-09-2017 Hirakud Addl. Spillway (I) I - Page 19


Section I. - Instruction to Bidders

successful Bidder is in the form of a bond, it shall be issued by a bonding or


insurance company that has been determined by the successful Bidder to be
acceptable to the Employer. A foreign institution providing a bond shall have a
correspondent financial institution located in the Employer’s Country.
42.2 Failure of the successful Bidder to submit the above-mentioned Performance
Security and, if required in the BDS, the Environmental, Social, Health and Safety
(ESHS) Performance Security or sign the Contract shall constitute sufficient
grounds for the annulment of the award and forfeiture of the bid security. In that
event the Employer may award the Contract to the next lowest evaluated Bidder
whose offer is substantially responsive and is determined by the Employer to be
qualified to perform the Contract satisfactorily.

14-09-2017 Hirakud Addl. Spillway (I) I - Page 20


Section II - Bid Data Sheet

Section II. Bid Data Sheet


A. Introduction

ITB 1.1 In connection with the Invitation for Bids no. : ICB-
1/ODISHA/ASW_HIRA/2017-18.
The Employer issues these Bidding Documents for procurement of Works:
“Construction of Additional Spillway with Hydro-Mechanical Works” on
left of Gandhi Hillock at Hirakud Dam – Odisha –India, as specified in
Section VII, Works Requirements, as one proposed contract in International
Competitive Bidding (ICB) process.

ITB 1.1 The Employer is: Govt. of Odisha through The Chief Engineer & Basin
Manager, Upper Mahanadi Basin, Govt. of Odisha, Department of Water
Resources, Burla , Distt. Sambalpur, Odisha, INDIA Pin-768017

ITB 1.1 The name of the ICB is: “Construction of Additional Spillway with Hydro-
Mechanical Works” on left of Gandhi Hillock at Hirakud Dam – Odisha -
India
The identification number of the ICB is:ICB-1/ODISHA/ASW_HIRA/2017-18

This one ICB proposed contract comprise of: (i) Construction of Additional
Spillway, Earth work for u/s approach channel/ Dyke, removal of existing
dyke to join the main Hirakud Dam (ii) D/S spill channel(iii) Landscape
Drawing (iv) Preparation of Construction Drawings (v) Hydro-Mechanical
works (vi) Electrical works (vii) other works required to make system
complete , as specified in Works Requirement etc

ITB 2.1 The Borrower is: Govt of Odisha through Govt. of India

ITB 2.1 Loan & Financing Agreement: World Bank


Loan no -7943-IN and IDA Credit no-4787 –IN

ITB 2.1 The name of the Project is: “Construction of Additional Spillway with
Hydro-Mechanical Works” on left of Gandhi Hillock at Hirakud Dam –
Odisha–India, under Dam Rehabilitation and Improvement Project, (DRIP).

ITB 4.1 Maximum number of members in the JV shall be: [4] four/ one along with
specialized three agencies.

ITB 4.4 A list of debarred firms and individuals is available on the Bank’s external
website: http://www.worldbank.org/debarr.

ITB 4.8 & This Bidding Process is subject to Post-qualification. : Yes


ITB11.1(f)

14-09-2017 Hirakud Addl. Spillway (I) Page 21


Section II - Bid Data Sheet

B. Bidding Documents

ITB 7.1 For clarification purposes, the Employer’s address is:


Attention: Chief Engineer & Basin Manager, Upper Mahanadi Basin,
D.O.W.R, Govt. of Odisha, India
City: Burla, Distt. Sambalpur, Odisha , ZIP / Pin Code:768017
Country: India
Telephone: ++ 0663-2430866
Facsimile number: nil
Email address: cebmumbburla@rediffmail.com
ITB 7.1 Web page: www.odisha.gov.in ; www.dowrorissa.gov.in

ITB 7.4 A pre-bid meeting shall take place at the following date, time and place.
Date: 01.11.2017 days at 11:30 Hrs Place: Office of the Chief Engineer &
Basin Manager, Upper Mahanadi Basin, Burla, Dist Sambalpur, Odisha ,
Burla-768017, Odisha, India
Site visit – Burla Distt. Sambalpur ,/Hirakud Dam-Gandhi hillock-Borrow
area : The Bidders are encouraged to visit the site and find out / observe
ground condition, borrow areas and quarries etc., and satisfy themselves
about the suitability and sufficiency of the quantities etc.
A site visit will be conducted/organized by the C E ( Burla) / Executive
Engineer for desirous bidders who come to pre-bid meeting on two
consecutive days 30.10.2017 and 31.10.2017

14-09-2017 Hirakud Addl. Spillway (I) I - Page 22


Section II - Bid Data Sheet

C. Preparation of Bids

ITB 10.1 The language of the bid is: ENGLISH


All correspondence exchange shall be in ENGLISH language.
Language for translation of supporting documents and printed literature is
ENGLISH
ITB 11.1(a): Documents comprising the Bid
(b) ; (c);
(e ) & (f) Bid submitted by the Bidder shall be in One (1) part:
submission of documents
i) Letter of Bid as per format given
ii) Bid Security (Demand Guarantee in original as per cl-19.1 of ITB ;
iii) Original demand draft / pay order / transaction ID towards the cost of
bid document as per ITB 20.2
iv) Power of Attorney in original for signing the document in the case of
firm in partnership/limited company, corporation or Joint Venture.
v) Authorized address and contact details of the Bidder having the
following information:
Name of Firm and / or J.V. :
Address for Communication :
Telephone No.(s): Office:
Mobile No.:
Facsimile (FAX) No.:
Electronic Mail Identification (E-mail ID):
vi) Qualification Information, supporting documents, and undertaking as
specified and filled up in relevant schedule asper 11.1(f) & (g) .
a) Bid information : Certificates showing details of Qualification
works completed &similar nature of works, works in hand, and
b) Professional Civil Construction Engineers &Site organization
c) Method statement
d) Mobilization schedule
e) Construction schedule
f) Methodology of preparation of Construction Drawings
g) Hydro Mechanical portion : Technical Declarations in Data Sheets
& method statement
h) Equipment: machineries owned, or new possessed, proposed on
hire or lease,
i) Personnel: professionals for Preparation of Construction
Drawings, bought-outs, manufacture, erection, commissioning of

14-09-2017 Hirakud Addl. Spillway (I) I - Page 23


Section II - Bid Data Sheet

H.M. / Electrical items ,


j) Letter of undertaking from specialized firms
k) List with names & data of Sub-contractor
l) Financial: Annual financial turn-over, availability of liquid assests
/ over draft &credit limits ;and other relevant documents
m) Joint Venture details.
vii) Registration certificate, if any, for bidders/PSU’s from India& for
International bidders: Appropriate proof of registration, if any.
viii) Undertaking that the bid shall remain valid for the period (of 120 days
) specified in Clause 18.1 of ITB.
ix) An Affidavit affirming that information furnished in the bid is correct
to the best of knowledge and belief of the bidder and
x) Any other information /documents of Bidder / JV / Sub-contractors,
required to be completed and submitted by bidder,
xi) Declaration regarding excise/custom duty exemption, if any, as per
law
xii) Adjustment data : Table A ;B C
xiii) Bill of Quantities , duly filled –in
ITB 11.1 (h) The Bidder shall submit with its bid the following additional documents:
1. Various Technical Documents
2. Specialized item(s)& bought-out item(s)
3. Documents as mentioned elsewhere& any other document in support of
Bidder’s proposal and qualification criteria.
Further ,the Bidder shall submit the following additional documents in its Bid
for ESHS and MSIP:
Code of Conduct (ESHS)
The Bidder shall submit its Code of Conduct that will apply to Contractor’s
Personnel (as defined in Sub-clause 1.1.2.7 of the GC), to ensure compliance with its
Environmental, Social, Health and Safety (ESHS) obligations under the contract.
[Note: Complete and include the risks to be addressed by the Code in accordance
with Section VII-Works’ Requirements, e.g. risks associated with: labour influx,
spread of communicable diseases, sexual harassment, gender based violence, illicit
behaviour and crime, and maintaining a safe environment etc.]
In addition, the Bidder shall detail how this Code of Conduct will be implemented.
This will include: how it will be introduced into conditions of employment/
engagement, what training will be provided, how it will be monitored and how the
Contractor proposes to deal with any breaches.
The Contractor shall be required to implement the agreed Code of Conduct.
Management Strategies and Implementation Plans (MSIP) to manage the
(ESHS) risks
The Bidder shall submit Management Strategies and Implementation Plans (MSIP)

14-09-2017 Hirakud Addl. Spillway (I) I - Page 24


Section II - Bid Data Sheet

to manage the following key Environmental, Social, Health and Safety (ESHS) risks.
[Note: insert name of plan and specific risk/s];
• [e.g.
Traffic Management Plan to ensure safety of local communities
from construction traffic];
• [e.g. Water Resource Protection Plan to prevent contamination of
drinking water];
• [e.g. Boundary Marking and Protection Strategy for mobilization and
construction to prevent offsite adverse impacts];
• [e.g. Strategy for obtaining Consents/Permits prior to the start of
relevant works such as opening a quarry or borrow pit].
The Contractor shall be required to submit for approval, and subsequently
implement, the Contractor’s Environment and Social Management Plan (C-
ESMP), in accordance with the Particular Conditions of Contract Sub-Clause
4.1, that includes the agreed Management Strategies and Implementation
Plans described here.
[Note: The extent and scope of these requirements should reflect the significant ESHS risks or requirements set
out in Section VII as advised by Environmental/Social specialist/s. The key risks to be addressed by the
Bidder should be identified by Environmental/Social specialist/s, for example, from the Environmental
and Social Impact Assessment (ESIA), Environmental and Social Management Plan (ESMP),
Resettlement Action Plan (RAP)(RAP will be taken up by the Employer), and/or Consent Conditions
(regulatory authority conditions attached to any permits or approvals for the project), up to a maximum
of four. The risks may arise during mobilization or construction phases, and may include construction
traffic impacts on the community, pollution of drinking water, depositing on private land and impacts on
rare species etc. The management strategies and/or implementation plans to address these could include,
as appropriate: mobilization strategy, strategy for obtaining consents/permits, traffic management plan,
water resource protection plan, bio-diversity protection plan and a strategy for marking and respecting
work site boundaries etc.]

ITB 13.1 & Alternative bids shall not be permitted.


ITB 11.1 (d)

ITB 13.2 Alternative times for completion shall not be permitted.

ITB 14.7 Please insert the following “note-1” in 14.7. :


Note-1 Note: “Bidders may like to ascertain availability of excise/custom duty
exemption benefits, if any as per law, available in India to the contracts
financed under World Bank loan/credits. They are solely responsible for
obtaining such benefits which they have considered in their bid and in case of
failure to receive such benefits for reasons whatsoever, the employer will not
compensate the bidder (contractor). Where the bidder has quoted taking into
account such benefits, he must give all information required for issue of
certificates in terms of such notifications as per form attached to the
Qualification Information in the bid. To the extent the employer determines
the quantity indicated therein are reasonable keeping in view the -- Bill of
Quantities , construction program and methodology, the certificates will be
issued within 60 [sixty] days of signing of contract and no subsequent
changes will be permitted.
No certificate will be issued for items where no quantity/capacity of
equipment is indicated in the statement. The bids which do not conform to the
above provisions will be treated as non-responsive and rejected. Any delay in

14-09-2017 Hirakud Addl. Spillway (I) I - Page 25


Section II - Bid Data Sheet

procurement of the construction equipment /machinery/goods as a result of


the above shall not be a cause for granting any extension of time.”

ITB 14.7 Please insert the following “Note-2” in 14.7


(i) “The ‘Goods and Service Tax’ (GST), (including Integrated Goods
Note -2 and Services Tax and GST Compensation cess ) as applicable, being current
tax system has been notified w.e.f. 01-07-2017 and thus its
provisions shall be applicable”
The Bidder to take advice from a tax consultant or GTS Practitioner or
refer to web sites of Govt. of Odisha and /or Govt. of India
(refer for more information : www.cbse.gov.in; www.cbse-
gst.gov.in; www.icegate.gov.in ; www. gst.gov.in ; www.
gst.gov.in;and https://odishatax.gov.in; )

(ii) The bidder shall take into account the effect in the proposal.
ITB 15.1 The currency (ies) of the bid and the payment currency (ies) shall be in
accordance with Alternative as described below:
Alternative A (Bidders to quote entirely in local currency):
A(a) The prices shall be quoted by the Bidder in the “Bill of
Quantities”entirely in Indian Rupees (INR),( the name of the currency of the
Employer’s country, and further referred to as “the local currency”). A
Bidder expecting to incur expenditures in other currencies for inputs to the
Works supplied from outside the Employer’s country (referred to as “the
foreign currency requirements”) shall indicate in the Appendix to Bid - Table
C (Summary of Payment Currencies) the percentage(s) of the Bid Price
(excluding Provisional Sums), needed by the Bidder for the payment of such
foreign currency requirements, limited to no more than three foreign
currencies.
The rates of exchange to be used by the Bidder in arriving at the local
currency equivalent and the percentage(s) mentioned in (a) above shall be
specified by the Bidder in the Appendix to Bid - Table C, and shall apply for
all payments under the Contract so that no exchange risk will be borne by the
successful Bidder.

ITB 18.1 The bid validity period shall be 120 days.


ITB18.3(a) NOT APPLICABLE
ITB 19.1 A Bid Security shall be required.
The amount and currency of the bid security shall be INR 7.70 Crore
(Rupees Seven crore and Seventy lakhs) or freely convertible currencies
equivalent to USD 1.25 million .

ITB 19.3 (d) Other types of acceptable securities –

- Receipted challan from the treasury of Govt. of Odisha,


- -Fixed Deposit, Demand Draft on any scheduled commercial bank in
Odisha/State Bank of India

14-09-2017 Hirakud Addl. Spillway (I) I - Page 26


Section II - Bid Data Sheet

- Indian : National Defence Certificates, National Savings Certificate,


Postal Savings Passbook, Post office Time Deposit account, Kisan
Vikas Patra
Valid for twenty-eight (28) days beyond the bid validity period and
pledged in favor of:
The Executive Engineer
Main Dam Division, Burla
Dist: Sambalpur, Odisha – 768017, India
No interest shall be paid by Employer at any stage of contract on performance
security.
‘The performance security of a joint venture shall be in the name of joint
venture’.
ITB 20.0 ; Three Scanned Copies of the Originals of all documents shall be submitted, in
hard paper ,along with the bid marked as “Copies”.
20.1; 20.2
Further, for easy of operations, softcopies shall be in C D ‘s as well (i) Three
(3) C.D.’s in PDF format and (ii) another three C D’s will be in MS Word /
Excel format and shall be attached to original envelope.
In case is of discrepancy between hard copy original and CD’s , the Hard
Copy Original would prevail .

D. Submission and Opening of Bids


ITB 22.1 Electronic Submission of Bids : Bidders shall not have option of submitting
their bids electronically
The original Hard paper documents as indicated in ITB 11.1.2 shall be
submitted in sealed envelope to the following address by 16.11.2017 at 11:30
Hrs (Indian Standard Time) :-
The Chief Engineer & Basin Manager, Upper Mahanadi Basin, Burla, Dist
Sambalpur, Odisha , Burla-768017, Odisha, India
Place of submission : Office of the Chief Engineer & Basin Manager, Upper
Mahanadi Basin, Burla, Dist Sambalpur, Odisha , Burla-768017, Odisha,
India
The envelope should be marked: Bid name of work: “Construction of
Additional Spillway with Hydro-Mechanical Works” and Bid No. ICB-1 /
ODISHA/ASW_HIRA / 2017-18

ITB 25.1 BID OPENING :The bid opening shall take place at: 16.11.2017 at 12:00Hrs
( IST) onwards
In the event of the specified date of Bid due date and bid opening being
declared a holiday for the Employer, the Bid due date and bid opening will be
at the appointed time and location on the next working day.

14-09-2017 Hirakud Addl. Spillway (I) I - Page 27


Section II - Bid Data Sheet

The Letter of Bid and Bill of Quantities shall be initialled by


representatives of the Employer attending Bid opening. If initialization
is required, it shall be conducted as follows:
ITB 25.3 (a) The amount in figures as well as words shall be circled and shall be
initialled
(b) In case there are corrections in the amounts, either by over writing or
striking, the same shall be specifically recorded and initialled

ITB 32.1 The currency that shall be used for bid evaluation and comparison purposes to
convert all bid prices expressed in various currencies into a single currency is
INDIAN RUPEES
The source of exchange rate shall be State Bank Of India Bhubaneswar Main
Branch, B.C. selling exchange rate.
The date for the exchange rate shall be: Twenty Eight (28) days prior to
deadline for submission of Bids
The currency (ies) of the Bid shall be converted into a single currency in
accordance with the procedure under Alternative A or B that follows:
Alternative A: Bidders quote entirely in local currency
For comparison of bids, the Bid Price, corrected pursuant to Clause 31, shall
first be broken down into the respective amounts payable in various
currencies by using the exchange rates specified by the bidder in accordance
with Sub-Clause 15.1.
In the second step, the Employer will convert the amounts in various
currencies in which the Bid Price is payable to the single currency identified
above at the selling rates established for similar transactions by the authority
specified and on the date stipulated above.

ITB 33.1 Domestic preference is not applicable

ITB 34.1 Employer does not have identified sub-contractors, in advance. Works of
specialized in nature can be executed through sub-contractor based on total
value of the work as stipulated in Cl 34.4. The bidder should mention the
three or four name(s) of such sub-contractors at the time of bidding, stating
about their earlier work experience& quantum, previous clients. The specific
sub-contractors can’t be engaged in the work unless approved by the
employer. One of the specialized nature of work permissible for engagement
of sub-contractors may be :1) Hydro mechanical works, 2) Electrical works,
3) Instrumentation and Dam Control system and Architectural & Land
scaping work

ITB 34.2 NOT APPLICABLE

ITB 34.4 Option 1:

14-09-2017 Hirakud Addl. Spillway (I) I - Page 28


Section II - Bid Data Sheet

a) In the case of Prequalification: NOT APPLICABLE & DELETED

Option 2: cl 34.4 of I T B
a)In the case of Post-qualification:
The IDENTIFIED volume of SPECIALISED work stated in Section III shall be
considered for qualification and experience to meet the minimum criteria for
relevant work
However , Contractor’s proposed subcontracting: Maximum percentage of
subcontracting permitted is : 20% of the total contract amount
b) Bidders planning to subcontract more than 10% of total volume of work
shall specify, in the Letter of Bid, the activity (ies) or parts of the works
to be subcontracted along with complete details of the sub-contractors
and their qualification and experience. The qualification and experience
of the sub-contractors must meet the minimum criteria for the relevant
work to be sub-contracted failing which such sub-contractors will not be
permitted to participate.
c) Sub-contractors’ qualification and experience will not be considered for
evaluation of the Bidder. The Bidder on its own (without taking into
account the qualification and experience of the sub-contractor) should
meet the qualification criteria.

ITB 42.1 The successful Bidder shall submit two Performance Security. First the
Performance Security @ 9% of accepted contract value and second the
Performance Security @ 1% of accepted contract value towards an
Environmental, Social, Health and Safety (ESHS).

14-09-2017 Hirakud Addl. Spillway (I) I - Page 29


Section III - Evaluation and Qualification Criteria

PART - I
Section III
Evaluation and Qualification
Criteria

14-09-2017 Hirakud Addl. Spillway (I) Page 30


Section III - Evaluation and Qualification Criteria

Section III. Evaluation and Qualification Criteria


(Without Prequalification)

This Section contains all the criteria that the Employer shall use to evaluate bids and
qualify Bidders. In accordance with ITB 35 and ITB 37, no other factors, methods or
criteria shall be used. The Bidder shall provide all the information requested in the forms
included in Section IV, Bidding Forms.
Wherever a Bidder is required to state a monetary amount, Bidders should indicate the
USD equivalent using the rate of exchange determined as follows:
- For construction turnover or financial data required for each year - Exchange
rate prevailing on the last day of the respective calendar year (in which the
amounts for that year is to be converted) was originally established.
- Value of single contract - Exchange rate prevailing on the date of the contract.
Exchange rates shall be taken from the publicly available source identified in the ITB 32.1.
Any error in determining the exchange rates in the Bid may be corrected by the Employer.

1. Domestic Preference : NOT APPLICABLE


A margin of preference of 7.5% (seven and one-half percent) shall be granted to domestic contractors, in accordance with, and subject
to, the following provisions:
(a) Contractors applying for such preference shall provide, as part of the data for qualification, such information, including
details of ownership, as shall be required to determine whether, according to the classification established by the Borrower
and accepted by the Bank, a particular contractor or group of contractors qualifies for a domestic preference. The bidding
documents shall clearly indicate the preference and the method that will be followed in the evaluation and comparison of
bids to give effect to such preference.

(b) After bids have been received and reviewed by the Borrower, responsive bids shall be classified into the following groups:
(i) Group A: bids offered by domestic contractors eligible for the preference.
(ii) Group B: bids offered by other contractors.
All evaluated bids in each group shall, as a first evaluation step, be compared to determine the lowest bid, and the lowest evaluated
bids in each group shall be further compared with each other. If, as a result of this comparison, a bid from Group A is the lowest, it
shall be selected for the award. If a bid from Group B is the lowest, as a second evaluation step, all bids from Group B shall then be
further compared with the lowest evaluated bid from Group A. For the purpose of this further comparison only, an amount equal to
7.5% (seven and one-half percent) of the respective bid price corrected for arithmetical errors, including unconditional discounts and
excluding provisional sums and the cost of day works, if any, shall be added to the evaluated price offered in each bid from Group B. If
the bid from Group A is the lowest, it shall be selected for award. If not, the lowest evaluated bid from Group B based on the first
evaluation step shall be selected.

2. Evaluation

In addition to the criteria listed in ITB 35.2 (a) – (e) the following criteria shall
apply:

2.1 Assessment of adequacy of Technical Proposal with Requirements


Evaluation of the Bidder’s Technical Proposal will include an
assessment of the Bidder’s technical capacity to mobilize key equipment
and personnel for the contract consistent with its proposal regarding
work methods, scheduling, and material sourcing in sufficient detail and

14-09-2017 Hirakud Addl. Spillway (I) I - Page 31


Section III - Evaluation and Qualification Criteria

fully in accordance with the requirements stipulated in Form TP


(Technical proposal) of Appendix to bid as well as Section VI (Works
Requirements). Adequacy of the technical proposal will be considered as
a condition of responsiveness in accordance with ITB 29.3.and Key
Qualification Criteria stated herein

2.2 Multiple Contracts, if permitted under ITB 35.4, will be evaluated as


follows: NOT APPLICABLE

Award Criteria for Multiple Contracts [ITB 35.4:

Lots
Bidders have the option to Bid for any one or more lots. Bids will be evaluated lot-wise, taking into
account discounts offered, if any, for combined lots. The contract(s) will be awarded to the Bidder or
Bidders offering the lowest evaluated cost to the Employer for combined lots, subject to the selected
Bidder(s) meeting the required qualification criteria for lot or combination of lots as the case may be.

Packages

Bidders have the option to Bid for any one or more packages and for any one or more lots within a
package. Bids will be evaluated package-wise, taking into account discounts offered, if any, for
combined packages and/or lots within a package. The contract(s) will be awarded to the Bidder or
Bidders offering the lowest evaluated cost to the Employer for combined packages, subject to the
selected Bidder(s) meeting the required qualification criteria for combination of packages and or lots
as the case may be.

Qualification Criteria for Multiple Contracts:

Section III describes criteria for qualification for each lot (contract) for
multiple lots (contracts). The criteria for qualification is aggregate minimum
requirement for respective lots as specified under items 3.1, 3.2, 4.2(a) and 4.2(b).
However, with respect to the specific experience under item 4.2 (a) of Section III,
the Employer will select any one or more of the options as identified below:

N is the minimum number of contracts

V is the minimum value of a single contract

(a) For one Contract:

Option 1:

(i) N contracts, each of minimum value V;

Or

Option 2:

(i) N contracts, each of minimum value V; or

(ii) Less than or equal to N contracts, each of minimum value V, but with total value of all contracts equal or
more than N x V.

14-09-2017 Hirakud Addl. Spillway (I) I - Page 32


Section III - Evaluation and Qualification Criteria

(b) For multiple Contracts: NOT APPLICABLE


Option 1:

(i) Minimum requirements for combined contract(s) shall be the aggregate requirements for each contract for
which the bidder has submitted bids as follows, and N1, N2, N3, etc. shall be different contracts:

Lot 1: N1 contracts, each of minimum value V1;

Lot 2: N2 contracts, each of minimum value V2;

Lot 3: N3 contracts, each of minimum value V3;

----etc.

or

Option 2:

(i) Minimum requirements for combined contract(s) shall be the aggregate requirements for each contract for
which the bidder has submitted bids as follows, and N1,N2,N3, etc. shall be different contracts:

Lot 1: N1 contracts, each of minimum value V1;

Lot 2: N2 contracts, each of minimum value V2;

Lot 3: N3 contracts, each of minimum value V3;

----etc, or

(ii) Lot 1: N1 contracts, each of minimum value V1; or number of contracts less than or equal to N1, each of
minimum value V1, but with total value of all contracts equal or more than N1 x V1.

Lot 2: N2 contracts, each of minimum value V2; or number of contracts less than or equal to N2, each of
minimum value V2, but with total value of all contracts equal or more than N2 x V2.

Lot 3: N3 contracts, each of minimum value V3; or number of contracts less than or equal to N3, each of
minimum value V3, but with total value of all contracts equal or more than N3 x V3.

----etc.

Or

Option 3:

(i) Minimum requirements for combined contract(s) shall be the aggregate requirements for each contract for
which the Bidder has bid for as follows, and N1, N2, N3, etc. shall be different contracts:

Lot 1: N1 contracts, each of minimum value V1;

Lot 2: N2 contracts, each of minimum value V2;

Lot 3: N3 contracts, each of minimum value V3;

----etc, or

(ii) Lot 1: N1 contracts, each of minimum value V1; or number of contracts less than or equal to N1, each
of minimum value V1, but with total value of all contracts equal or more than N1 x V1.

Lot 2: N2 contracts, each of minimum value V2; or number of contracts less than or equal to N2,
each of minimum value V2, but with total value of all contracts equal or more than N2 x V2.

Lot 3: N3 contracts, each of minimum value V3; or number of contracts less than or equal to N3,
each of minimum value V3, but with total value of all contracts equal or more than N3 x V3.

----etc, or

(iii) Subject to compliance as per (ii) above with respect to minimum value of single contract for each lot,
total number of contracts is equal or less than N1 + N2 + N3 +--but the total value of all such
contracts is equal or more than N1 x V1 + N2 x V2 + N3 x V3 +---.

14-09-2017 Hirakud Addl. Spillway (I) I - Page 33


Section III - Evaluation and Qualification Criteria

2.3 Alternative Completion Times, if permitted under ITB 13.2, will be evaluated as
follows: NOT APPLICABLE …………………………………………………………………………

2.4 Technical alternatives , if permitted under ITB 13.4, will be evaluated as follows:
NOT APPLICABLE ………………………………………………………………………………
2.5 Specialized Subcontractors

Only the specific experience of sub-contractors for specialized works permitted


by the Employer will be considered. The general experience and financial
resources of the specialized sub-contractors shall not be added to those of the
Bidder for purposes of qualification of the Bidder.

14-09-2017 Hirakud Addl. Spillway (I) I - Page 34


Section III - Evaluation Qualification Criteria

E- 3.0 Qualification

No. Subject Requirement Single Joint Venture (existing or intended) Submission


Entity Requirements
All Parties Each Member One
Combined Member
Q-1. Eligibility
Q Nationality Nationality in accordance with ITB Must meet Must meet Must meet N/A Forms ELI –
1.1 4.3 requirement requirement requirement 1.1 and 1.2,
with
attachments
Q.1. Conflict of No conflicts of interest in Must meet Must meet Must meet N/A Letter of Bid
2 Interest accordance with ITB 4.2 requirement requirement requirement
1.3 Bank Not having been declared ineligible Must meet Must meet Must meet N/A Letter of Bid
Eligibility by the Bank, as described in ITB requirement requirement requirement
4.4, 4.5, 4.6 and 4.7
1.4 Government Meets conditions of ITB 4.5 Must meet Must meet Must meet N/A Forms ELI –
Owned Entity requirement requirement requirement 1.1 and 1.2,
of the with
Borrower attachments
country
1.5 United Not having been excluded as a Must meet Must meet Must meet N/A Forms ELI –
Nations result of prohibition in the requirement requirement requirement 1.1 and 1.2,
resolution or Borrower’s country laws or official with
Borrower’s regulations against commercial attachments
country law relations with the Bidder’s country,
or by an act of compliance with UN
Security Council resolution, both in
accordance with ITB 4.7 and
Section V.

14-09-2017 Hirakud Addl. Spillway (I) Page 35


Section III - Evaluation and Qualification Criteria

No. Subject Requirement Single Joint Venture (existing or intended) Submission


Entity Requirements
All Parties Each Member One
Combined Member
Q-2. Historical Contract Non-Performance
Q-2.1 History of Non- Non-performance of a contract1 did not Must meet Must meet Must meet N/A Form CON-2
Performing occur as a result of contractor default requirement12 requirements requirement2
Contracts since last five years
2.2 Suspension Not under suspension based on Must meet Must meet Must meet N/A Bid Submission
Based on execution of a Bid Securing requirement requirement requirement Form
Execution of Declaration pursuant to ITB 4.6 or
Bid Securing withdrawal of the Bid pursuant ITB
Declaration by 19.9.
the Employer
or withdrawal
of the Bid
within Bid
validity
2.3 Pending Bidder’s financial position and Must meet N/A Must meet N/A Form CON – 2
Litigation prospective long term profitability requirement requirement
sound according to criteria established
in 3.1 below and assuming that all
pending litigation will be resolved
against the Bidder
2.4 Litigation No consistent history of court/arbitral Must meet Must meet Must meet N/A Form CON – 2
award decisions against the Bidder3
1
Non performance, as decided by the Employer, shall include all contracts where (a) nonperformance was not challenged by the contractor, including through referral to the
dispute resolution mechanism under the respective contract, and (b) contracts that were so challenged but fully settled against the contractor. Non performance shall not
include contracts where Employers decision was overruled by the dispute resolution mechanism. Non performance must be based on all information on fully settled
disputes or litigation, i.e. dispute or litigation that has been resolved in accordance with the dispute resolution mechanism under the respective contract and where all appeal
instances available to the Bidder have been exhausted.
2
This requirement also applies to contracts executed by the Bidder as JV member.
3
The Bidder shall provide accurate information on the letter of Bid about any litigation or arbitration resulting from contracts completed or ongoing under its execution over

14-09-2017 Hirakud Addl. Spillway (I) I - Page 36


Section III - Evaluation and Qualification Criteria

No. Subject Requirement Single Joint Venture (existing or intended) Submission


Entity Requirements
All Parties Each Member One
Combined Member
History since last five years requirement requirement requirement
2.5 Declaration: Declare any civil work contracts Must make the
Environmental, that have been suspended or declaration.
Social, Health, terminated and/or performance Where there Each must make
and Safety security called by an employer for are
the declaration.
(ESHS) past reasons related to the non- Specialized
Where there are
performance Sub- Form CON-3
compliance of any environmental, contractor/s, Specialized Sub-
ESHS
or social, or health or safety N/A contractor/s, the N/A
the Performance
requirements or safeguard in the Specialized Sub-
Specialized Declaration
past five years4. contractor/s must
Sub-
also make the
contractor/s
declaration.
must also
make the
declaration.

the last five years. A consistent history of court/arbitral awards against the Bidder or any member of a joint venture may result in disqualifying the Bidder.
4
The Employer may use this information to seek further information or clarifications in carrying out its due diligence.

14-09-2017 Hirakud Addl. Spillway (I) I - Page 37


Section III - Evaluation and Qualification Criteria

No. Subject Requirement Single Joint Venture (existing or intended) Submission


Entity Requirements
All Parties Each Member One
Combined Member
Q-3. Financial Situation and Performance
3.1 Financial (i) The Bidder shall demonstrate Must meet Must meet Lead (i)partner N/A Form FIN –
Capabilities that it has access to, or has requirement requirement meet 3.1, with
available, liquid assets, 100% 100% At-least 50 % attachments
unencumbered real assets, of requirement
lines of credit, and other and (ii) other
financial means (independent partners at-least
of any contractual advance 25% of
payment) sufficient to meet requirement
the construction cash flow
requirements estimated as
INR 76 Crore for the subject
contract(s) net of the Bidders
other commitments. Must meet
requirement100
(ii) The Bidders shall also Must meet
% -do-
demonstrate, to the requirement
satisfaction of the Employer, 100%
that it has adequate sources of
finance to meet the cash flow -do-
requirements on works
currently in progress and for
future contract commitments.
(iii) The audited balance sheets
other financial statements -Do-
acceptable to the Employer, Must meet
for the last Five years shall be requirement
submitted and must

14-09-2017 Hirakud Addl. Spillway (I) I - Page 38


Section III - Evaluation and Qualification Criteria

No. Subject Requirement Single Joint Venture (existing or intended) Submission


Entity Requirements
All Parties Each Member One
Combined Member
demonstrate the current
soundness of the Bidder’s
financial position and indicate
its prospective long-term
profitability.
3.2 Annual At least two financial years annual Must meet Must meet Must meet- -do- At- Form FIN –
Construction construction turnover of INR 377 requirement requirement Lead (i) partner least 25% of 3.2
Turnover Crores calculated as total certified 100% 100% meet requirement
payments received for contracts in At-least 50 %
progress and/or completed within of requirement
the last Five years, and (ii) other
partners at-least
25% of
requirement
Q-4.0 Experience
4.1 General Experience under construction Must meet N/A Must meet N/A Form EXP –
(a) Construction contracts in the role of prime requirement requirement 4.1
Experience contractor, JV member, sub-
contractors, or management
contractor for at least the last Five
years,

Q- Specific (i) A minimum one (1) number of Must meet Must meet N/A N/A Form EXP
4.2 Construction similar5 contracts specified

5
The similarity shall be based on the physical size, complexity, methods/technology and/or other characteristics described in Section VII, Work’s Requirements. Summation

14-09-2017 Hirakud Addl. Spillway (I) I - Page 39


Section III - Evaluation and Qualification Criteria

No. Subject Requirement Single Joint Venture (existing or intended) Submission


Entity Requirements
All Parties Each Member One
Combined Member
(a) & Contract below that have been requirement requirement8 4.2(a)
Management satisfactorily and substantially6
Experience completed as a prime
contractor, joint venture
member7, or sub-contractors
between last five years and
application submission
deadline:
‘Participation as contractor,
management contractor, or
sub-contractor, in at least one
similar contract within the last
five years with a value of at
least INR 346 crores or
equivalent amount in foreign
currency that has been
successfully or substantially
completed (not less than 90%
of contract value) and that are
similar to proposed works @

of number of small value contracts (less than the value specified under requirement) to meet the overall requirement will not be accepted.
6
Substantial completion shall be based on 80% or more works completed under the contract.
7
For contracts under which the Bidder participated as a joint venture member or sub-contractor, only the Bidder’s share, by value, shall be considered to meet this
requirement.
8
In the case of JV, the value of contracts completed by its members shall not be aggregated to determine whether the requirement of the minimum value of a single contract
has been met. Instead, each contract performed by each member shall satisfy the minimum value of a single contract as required for single entity. In determining whether
the JV meets the requirement of total number of contracts, only the number of contracts completed by all members each of value equal or more than the minimum value
required shall be aggregated.

14-09-2017 Hirakud Addl. Spillway (I) I - Page 40


Section III - Evaluation and Qualification Criteria

No. Subject Requirement Single Joint Venture (existing or intended) Submission


Entity Requirements
All Parties Each Member One
Combined Member
at 2016-17 price level.
*** Similar Work means:
works in past to include the
type of the “Proposed Works”
described in “Requirements /
Technical Specifications” i.e.,
earth work (with excavation &
consolidation activities) for
Dam or Irrigation Project /
Hydro-electric Project /Power
Plant with earth work,
Reinforced Concrete for
Spillway or dam with or
without, Hydro-mechanical
works viz. radial gates, gantry
crane. ]
“(ii) For the following specialized “Must meet Must meet N/A “Must meet
works, the Employer permits requirement requirement requiremen
Joint Venture member / for one t
specialized sub-contractors as contract (Requireme
per ITB 34.3”: (Requirement nt can be
(iii) The contractor organization can be met met
shall by themselves and / or through a through a
deploy associate firm for Specialized Specialized
Preparation of Civil Sub- Sub-
Construction Drawings who contractor)” contractor)
should have successfully ”

14-09-2017 Hirakud Addl. Spillway (I) I - Page 41


Section III - Evaluation and Qualification Criteria

No. Subject Requirement Single Joint Venture (existing or intended) Submission


Entity Requirements
All Parties Each Member One
Combined Member
executed three (3) projects of
detail Civil Construction
Drawings of Dam”, of not less
than 50 meters height, other
related structure drawings and
having relevant specialists with
experience of more than 15
years. Also the firm or his
joint venture associate should
have conducted fabrication &
construction / erection
drawings of hydro-mechanical
works & the electrical works.
(iv) The contractor or his proposed
associate identified specialized
firm should have, conducted
review of prepared shop /
manufacture drawings,
fabrication & construction /
erection drawings, erected ,
commissioned, of at least one
(1) Hydro-mechanical works
consisting of radial gates ,
gantry crane , not less than
INR 35 Crore @ 2016-17 price
level, during last ten years.
4.2 For the above and any other Must meet Must meet N/A Must meet Form EXP –

14-09-2017 Hirakud Addl. Spillway (I) I - Page 42


Section III - Evaluation and Qualification Criteria

No. Subject Requirement Single Joint Venture (existing or intended) Submission


Entity Requirements
All Parties Each Member One
Combined Member
(b) contracts completed and under requirements requirements the 4.2 (b)
implementation as prime following
contractor, joint venture member, requiremen
or sub-contractor9 on or after the ts for the
first day of the calendar year during key
the period stipulated in 4.2 (a) activities
above, a minimum construction listed
experience in the following key below12[list
activities successfully completed10: key
[list activities indicating volume, activities
number or rate of production as and the
applicable]11 correspond
(1)The contractor organization by ing
them self or his associate minimum
specialized firm / Joint Venture requiremen
should have executed during last ts]
ten years , the following minimum
quantities in any similar works :
(1a)Earth work for dyke /
embankment construction for
minimum volume of 7.8 lakh cubic
meters average 65,000 cubic

9
For contracts under which the Bidder participated as a joint venture member or sub-contractor, only the Bidder’s share shall be counted to meet this requirement.
10
Volume, number or rate of production of any key activity can be demonstrated in one or more contracts combined if executed during same time period. The rate of
production shall be the annual production rate for the key construction activity (or activities).
11
The minimum experience requirement for multiple contracts will be the sum of the minimum requirements for respective individual contracts.
12
Requirement can be met through a Specialized Sub-contractor

14-09-2017 Hirakud Addl. Spillway (I) I - Page 43


Section III - Evaluation and Qualification Criteria

No. Subject Requirement Single Joint Venture (existing or intended) Submission


Entity Requirements
All Parties Each Member One
Combined Member
meters in a month
(1b) Earth work and rock
excavation _ for minimum volume
of 15.6 lakh cubic meters average
1,30,000 cubic meters in a month
(1c) Concrete works for minimum
volume of 1,65,000 cubic meters
(1d-i) H.M. – Radial Gates min.
weighing 80 M.T. at least one.
(1d-ii)H.M. – Gantry Crane min.
50 M.T. capacity, at least one
(1 e ) The contactor or his identified
Sub-contractor should possess
required valid electrical license for
executing the electrification works
and should have executed one
similar electrical works totaling
INR 2 Crores @ 2016-17 price
level during the last three years.
@) at 2016-17 price level.
Financial turnover and cost of
completed works of previous years
shall be given weight-age of 5% per
year based on rupee value to bring
them to 2016-17 price level.

14-09-2017 Hirakud Addl. Spillway (I) I - Page 44


Section III - Evaluation and Qualification Criteria

E-5.0 Personnel
The Bidder must demonstrate that it has the personnel for the key positions that meet
the following requirements:
[Specify requirements for each lot as applicable]
{please refer Section –VII-B :Preparation of Construction Drawings}

E-5.1 Preparation of Construction Drawings

In Similar
Total work
Position / Level / job area for work
S. Minimum experience
preparation of construction experience
No. Nos. Required
drawings Required
(Years)
(Years)
(a) (b) (c) (d) (e)

D1 Head : (a) one Senior for Project 1 25 20


Management at H Q
(b) Site Representation on
monthly meeting, also as &
when required for clarifications
on Drawings / Engineering
aspects by him or concerned
specialist of Drawing

D2 Dam and Hydraulic Structures 2 15 10


Specialist

D3 Structural Specialist 2 15 10

D4 Geologiest (Part Time) 1 15 10

D5 Geotechnical Specialist 1 15 10

D6 Civil Specialist 5 15 10

D7 Electrical Engineer (Part Time) 2 15 10

D8 Mechanical Engineer, 3 15 10
Specializing in Hydro
Mechanical Equipment (Part
Time)

D9 Senior Project Manager: 1 20 15


construction, preparation of
construction drawings
coordination & Monitoring, at
Construction Site

14-09-2017 Hirakud Addl. Spillway (I) I - Page 45


Section III - Evaluation and Qualification Criteria

In Similar
Total work
Position / Level / job area for work
S. Minimum experience
preparation of construction experience
No. Nos. Required
drawings Required
(Years)
(Years)
(a) (b) (c) (d) (e)

D10 Draft Men 7 15 10


(Civil/Elect./Mech./H.M.)
(4+1+1+1)

D11 Support Staff (IT / Steno / Data 3 10 5


Punch)

D12 MIS 2 7 5

E-5.2 Construction Personnel

S. No. Construction Personnel Minim Total work In Similar work


(Minimum required) um experience experience
Nos. Required Required
(Years) (Years)
(a) (b) (c) (d) (e)
C1 Overall Project Manager 1 20 15
C2 (a) Safety Manager 1 10 6
C2 (b) Supervisor Safety -1 1 5 3
C2(c ) Supervisor Safety -2 1 5 3
C3(a) Environmental Manager 1 15 10
Sociologist Cum community
C3(b) 1 10 5
liaison Specialist
GEOLOGIST/Geotechnical /
C4 Survey / soil Engineer 1 15 10
(part time )
Quality Assurance Manager
with Q C and site lab–in-
C5 charge(s) (civil- full time & 1 15 10
Mechanical – electrical – part
time) (1 no plus )
C6 Dam Site Construction Manager 1 20 15
C7 SPILL-WAY Site Manager 2 20 15
C8 Dyke (One at each location) 3 20 15
Site Manager, Survey,
C9 measurement & billing , 2 20 15
execution & supervision,

14-09-2017 Hirakud Addl. Spillway (I) I - Page 46


Section III - Evaluation and Qualification Criteria

S. No. Construction Personnel Minim Total work In Similar work


(Minimum required) um experience experience
Nos. Required Required
(Years) (Years)
(a) (b) (c) (d) (e)
Planning & Monitoring &
C10 1 15 10
Material Purchase Manager
Construction Equipment
C11 2 15 10
Manager
Site Engineer Degree/Diploma in
C-12 4 12 7
Civil Eng./ Mech. Eng.
Work Supervisor / ITI Trained /
C-13 3
Dip in Civil Engg.
Laboratory Assistant’s (2nos) ITI
C-14 2 15 5
Trained/ Dip in Civil Engg.
Hydro-Mechanical Works
Works Manager (with related
HM-1 1 15 12
staff at )
Hydro-Mechanical –site erection 2
HM-2 Erection Engr. 2 10 8
HM-3 other staff , storage, 3
E-1 Electrical Engineer- Installation 2 7 5
Note: (i) The Bidder shall provide details of the proposed personnel and their experience
records using Forms PER-1 and PER-2 included in Section IV : Bidding Forms

E-6.0 Equipment
The Bidder must demonstrate that it has the key equipment listed hereafter: [Specify
requirements for each lot as applicable]

Maximum age as
Minimum
Sl. Details of on date of
Capacity Number
No. Equipment submission of bid
Required
(in years)
1 Hydraulic Excavator 1.0m3-1.5m3 5 10
Concrete Vibrators 20 mm -60
2 5 25
(electrical) mm (Needle)
(a) Tipper 7.5- 10T 5 60
3
(b) Truck 7.5 – 10 T 5 10
4 Water Tank Lorry 5000-10000 Lit. 5 5
20 mm -60 mm
5 Pneumatic Vibrator 5 10
(Needle)
6 Transit mixer 4 Cum 5 8
7
Air Compressor
500 cfm 5 6
(Diesel)

14-09-2017 Hirakud Addl. Spillway (I) I - Page 47


Section III - Evaluation and Qualification Criteria

Maximum age as
Minimum
Sl. Details of on date of
Capacity Number
No. Equipment submission of bid
Required
(in years)
Air Compressor
8 750 cfm 5 3
(Elect.)
Air Compressor (Tyre
9 350 cfm 5 10
mounted)
of reputed
10 Air-track drills 5 10
Manufacturer
of reputed
11 Wagon drills 5 10
Manufacturer
12 Water Pumps 5 HP to 25 HP 5 30
13 Generator 250 KVA 5 8
Single Phase,
Input5KVA,
5
14 Welding Machine Output-20 to 20
160Amp.
Concrete Batching
15 120 m3/hr. 5 1
Plant
Mobile Self Loading,
Weigh-Batching &
15A 6.0 m3 2 4
Mixing &
Transporting Mixtures
i) 10 T
5 2
16 Road Roller ii) 10 T
5 3
Vibratory
Shuttering &
1000 Sqm.
17 centring steel 1year 1000 Sqm.
(0.60x1.20)m
plates
Aggregate
18 300 TPH 4 1
Processing Plant
Shot crete
Machines Dry & 4 2
19
(standard make) Wet 4 2
for SFRS
Truck-mounted
3
20 Hydraulic 25 – 30 m3/hr 3
Concrete Pumps
Grout Equipment
21 Set 5 8
- Complete
Cranes:-
22 25T & 50T 5 6
Hydra/ Groove
10T, 25-30m
23 Tower Cranes 5 3
radius
24. D.G. sets adequate 3 3
25. Chilling Plant adequate 1 1

14-09-2017 Hirakud Addl. Spillway (I) I - Page 48


Section III - Evaluation and Qualification Criteria

Maximum age as
Minimum
Sl. Details of on date of
Capacity Number
No. Equipment submission of bid
Required
(in years)
Workshop & Set-up Mostly
26. As per plan As per plan
Spares New As required
Mostly new
QC Lab – Soil & As per As per approval
27. equipment As
Concrete specifications of Engineer
per specification
Ordinary
(a) Jack Hammers 3 10
Pneumatic
28
(b) Secondary
As required 3 10
Drilling
Non-Nuclear
29 As required 2 2
Density Testers
Note: Based on the studies carried out by the Engineer, the minimum suggested major
equipment to attain the completion of works in accordance with the prescribed
construction schedule are shown in the above Table.
The Bidders should, however, undertake their own studies and furnish with their Bid a
detailed construction planning and methodology supported with the layout and
necessary drawings and calculations (detailed) to allow the employer to review their
proposals. The numbers, types and capacities of each plant / equipment shall be
shown in the proposals along with the cycle time for each operation for the given
production capacity to match the requirements.
The Bidder shall provide further details of proposed No. of equipment using Form
EQU in Section IV, Bidding Forms.

14-09-2017 Hirakud Addl. Spillway (I) I - Page 49


Section IV - Bidding Forms

Section IV. Bidding Forms

14-09-2017 Hirakud Addl. Spillway (I) I - Page 50


Section IV - Bidding Forms

Section IV. Bidding Forms


Table of Forms

PART 1 – BIDDING PROCEDURES ............................................................................................... ii


Section I. Instructions to Bidders ............................................................................................. 1
A. General ................................................................................................................................. 1
1. Scope of Bid ........................................................................................................................ 1
2. Source of Funds................................................................................................................... 1
3. Corrupt and Fraudulent Practices ...................................................................................... 2
4. Eligible Bidders.................................................................................................................... 2
5. Eligible Materials, Equipment, and Services ..................................................................... 4
B. Contents of Bidding Documents ........................................................................................... 4
6. Sections of Bidding Documents ......................................................................................... 4
7. Clarification of Bidding Documents, Site Visit, Pre-Bid Meeting ...................................... 5
8. Amendment of Bidding Documents ................................................................................... 6
C. Preparation of Bids ................................................................................................................... 6
9. Cost of Bidding .................................................................................................................... 6
10. Language of Bid................................................................................................................... 6
11. Documents Comprising the Bid .......................................................................................... 7
12. Letter of Bid and Schedules ................................................................................................ 7
13. Alternative Bids .................................................................................................................. 7
14. Bid Prices and Discounts..................................................................................................... 8
15. Currencies of Bid and Payment .......................................................................................... 9
16. Documents Comprising the Technical Proposal ................................................................ 9
17. Documents Establishing the Qualifications of the Bidder ................................................. 9
18. Period of Validity of Bids .................................................................................................. 10
19. Bid Security ....................................................................................................................... 10
20. Format and Signing of Bid ................................................................................................ 11
D. Submission and Opening of Bids ....................................................................................... 12
21. Sealing and Marking of Bids ............................................................................................. 12
22. Deadline for Submission of Bids....................................................................................... 12
23. Late Bids ............................................................................................................................ 13
24. Withdrawal, Substitution, and Modification of Bids....................................................... 13
25. Bid Opening....................................................................................................................... 13
E. Evaluation and Comparison of Bids .................................................................................. 14
26. Confidentiality .................................................................................................................. 14
27. Clarification of Bids ........................................................................................................... 14
28. Deviations, Reservations, and Omissions ........................................................................ 15
29. Determination of Responsiveness ................................................................................... 15
30. Nonmaterial Nonconformities ......................................................................................... 16
31. Correction of Arithmetical Errors ..................................................................................... 16
32. Conversion to Single Currency ......................................................................................... 16

14-09-2017 Hirakud Addl. Spillway (I) I - Page 51


Section IV - Bidding Forms

33. Margin of Preference ........................................................................................................ 16


34. Subcontractors .................................................................................................................. 17
35. Evaluation of Bids ............................................................................................................. 17
36. Comparison of Bids ........................................................................................................... 18
37. Qualification of the Bidder ............................................................................................... 18
38. Employer’s Right to Accept Any Bid, and to Reject Any or All Bids ................................ 18
F. Award of Contract .................................................................................................................... 18
39. Award Criteria ................................................................................................................... 18
40. Notification of Award ....................................................................................................... 19
41. Signing of Contract............................................................................................................ 19
42. Performance Security ....................................................................................................... 19
Section II. Bid Data Sheet ........................................................................................................... 21
Section III. Evaluation and Qualification Criteria ............................................................. 31
(Without Prequalification) ........................................................................................................ 31
E- 3.0 Qualification...................................................................................................................... 35
Q-4.0 Experience ......................................................................................................................... 39
E-5.0 Personnel .......................................................................................................................... 45
E-5.2 Construction Personnel ................................................................................................... 46
E-6.0 Equipment ........................................................................................................................ 47
Section IV. Bidding Forms ......................................................................................................... 50
Letter of Bid..................................................................................................................................... 54
Appendix to Bid ............................................................................................................................. 59
TABLE A: Local Currency ....................................................................................................................... 59
TABLE C: Summary of Payment Currencies.......................................................................................... 64
Bill of Quantities .............................................................................................................................. 65
PREAMBLE - A ....................................................................................................................................... 66
PREAMBLE-B ......................................................................................................................................... 67
PRICE SCHEDULE HM (i) : H.M. Equipment - Gates & Hoists- Fabrication and Delivery Portion ......... 80
PRICE SCHEDULE H.M (ii) : H.M. Equipment - Gates & Hoists - Erection Portion ........................ 90
PRICE SCHEDULE HM (iii): H.M. Equipment - Gates & Hoists - Supply of Mandatory Spares &
Tools ................................................................................................................................................... 100
PRICE SCHEDULE: Electrical Works ..................................................................................................... 103
PRICE SCHEDULE: ESHS : Environment, Social, Health & Safety :...................................................... 111
FORM : TECHNICAL PROPOSAL.............................................................................................. 115
Site Organization ................................................................................................................................. 118
Method Statement.............................................................................................................................. 119
Mobilization Schedule......................................................................................................................... 120
Construction Schedule (Base line) ...................................................................................................... 121
PERSONNEL .................................................................................................................................. 128
FORM PER-1: Proposed Personnel...................................................................................................... 128
FORM PER-2: Resume of Proposed Personnel.................................................................................... 131
BIDDERS QUALIFICATION .................................................................................................. 134

14-09-2017 Hirakud Addl. Spillway (I) I - Page 52


Section IV - Bidding Forms

WITHOUT PREQUALIFICATION Form ELI -1.1: ........................................................................... 134


Bidder Information Form .................................................................................................................... 134
Form ELI -1.2: Bidder’s JV Information Form ...................................................................................... 135
Form CON – 2: Historical Contract Non-Performance, Pending Litigation and Litigation History...... 136
Form FIN – 3.2: Average Annual Construction Turnover .................................................................... 142
Form FIN – 3.3: Financial Resources ................................................................................................... 143
Form FIN – 3.4: Current Contract Commitments / Works in Progress ............................................... 144
FORM FIN – 3.5: Financial Stability ..................................................................................................... 145
Form EXP - 4.1: General Construction Experience .............................................................................. 146
Form EXP - 4.2 (a): Specific Construction and Contract Management Experience ............................ 147
Form EXP - 4.2(b): Construction Experience in Key Activities............................................................. 150
Form H.M. – Technical Data Declaration/.......................................................................... 158
FORM : Letter of Undertaking ................................................................................................ 170
FORM : SUBCONTRACTORS LIST ......................................................................................................... 171
Form of Bid Security ................................................................................................................... 173
Form of Bid-Securing Declaration ........................................................................................... 174
Section V: Eligible Countries ........................................................................................................... 175
Section VI. Bank Policy – .................................................................................................................... 176
Corrupt and Fraudulent Practices ...................................................................................................... 176

14-09-2017 Hirakud Addl. Spillway (I) I - Page 53


Section IV - Bidding Forms

Letter of Bid
Date:
ICB No.:
Invitation for Bid No.:
Alternative No.: ___________________

To: __________________________________________________________________

We, the undersigned, declare that:

(a) We have examined and have no reservations to the Bidding Documents, including
Addenda issued in accordance with Instructions to Bidders (ITB 8) ;
(b) We meet the eligibility requirements and have no conflict of interest in accordance with
ITB 4;
(c) We have not been suspended nor declared ineligible by the Employer based on execution
of a Bid Securing Declaration in the Employer’s country in accordance with ITB 4.6.
(d) We offer to execute in conformity with the Bidding Documents the following Works:
(e) The total price of our Bid, excluding any discounts offered in item (f) below is:
In case of only one lot, total price of the Bid

(f) The discounts offered and the methodology for their application are:
(i) The discounts offered are:
(ii) The exact method of calculations to determine the net price after application of
discounts is shown below:;
(g) Our bid shall be valid for a period of 120 days from the date fixed for the bid
submission deadline in accordance with the Bidding Documents, and it shall remain
binding upon us and may be accepted at any time before the expiration of that period;

(h) If our bid is accepted, we commit to obtain a performance security in accordance with
the Bidding Documents;

(i) We are not participating, as a Bidder or as a subcontractor, in more than one bid in
this bidding process in accordance with ITB 4.2(e), other than alternative bids
submitted in accordance with ITB 13;

(j) We, along with any of our subcontractors, suppliers, consultants, manufacturers, or
service providers for any part of the contract, are not subject to, and not controlled by
any entity or individual that is subject to, a temporary suspension or a debarment
imposed by a member of the World Bank Group or a debarment imposed by the
World Bank Group in accordance with the Agreement for Mutual Enforcement of
Debarment Decisions between the World Bank and other development banks. Further,
we are not ineligible under the Employer’s country laws or official regulations or
pursuant to a decision of the United Nations Security Council;

14-09-2017 Hirakud Addl. Spillway (I) I - Page 54


Section IV - Bidding Forms

(k) We are not a government owned entity/ We are a government owned entity but meet the
requirements of ITB 4.5;13

(l) We have paid, or will pay the following commissions, gratuities, or fees with respect
to the bidding process or execution of the Contract:

Name of Recipient Address Reason Amount

(If none has been paid or is to be paid, indicate “none.”)

(m) We understand that this bid, together with your written acceptance thereof included in
your notification of award, shall constitute a binding contract between us, until a
formal contract is prepared and executed; and

(n) We understand that you are not bound to accept the lowest evaluated bid or any other
bid that you may receive.

(o) We hereby certify that we have taken steps to ensure that no person acting for us or on
our behalf will engage in any type of fraud and corruption.
Name of the Bidder*
Name of the person duly authorized to sign the Bid on behalf of the Bidder**

Title of the person signing the Bid

Signature of the person named above


Date signed __________________________day of _____________________, _____
*: In the case of the Bid submitted by joint venture specify the name of the Joint Venture
as Bidder
**: Person signing the Bid shall have the power of attorney given by the Bidder to be
attached with the Bid

13Bidder to use as appropriate

14-09-2017 Hirakud Addl. Spillway (I) I - Page 55


Section IV - Bidding Forms

Form - Declaration regarding customs / excise duty


exemption for goods / construction equipment bought
for the work, (if applicable, as per current law )
(Refer Clause 14.7.1 of ITB)
(Bidder’s Name and Address)
To:…………………………
(Name of the Employer)
Name of the Project…..
Dear Sir/ Madam,
Re: [Name of Work]………………………………..
Certificate for Import/ Procurement of Goods/ Construction Equipment

1. We confirm that we are solely responsible for obtaining customs/ excise duty waivers
which we have considered in our bid and in case of failure to receive such waivers for
reasons whatsoever, the Employer will not compensate us.

2. We are furnishing below the information required by the Employer for issue of the
necessary certificates in terms of the Government of India Central Excise Notification
No. 108/95 and Custom Notification No. 85/99.

3. The goods / construction equipment for which certificates are required are as under:

Items Make / Capacity Quantity Value State Remarks


[where whether it regarding
Brand applicable] will be justification
Name procured for the
locally or quantity
in and their
imported usage in
[if so from works.
which
country]

Goods

[a]

[b]

Construction equipment

[a]

[b]

4. We agree that no modification to the above list is permitted after bids are opened.

14-09-2017 Hirakud Addl. Spillway (I) I - Page 56


Section IV - Bidding Forms

5. We agree that the certificate will be issued only to the extent considered reasonable by the
employer for the above, based on the ---- Bill of Quantities and the construction
programme and methodology as furnished by us along with the bid.

6. We confirm that the above goods will be exclusively used for the construction of the
above work and construction equipment will not be sold or otherwise disposed off in any
manner for a period of five years from the date of acquisition.

7. We also confirm that we shall abide by the rules / regulations of the Custom and Excise
Act as may be applicable on the goods / equipment on which exemptions from payment
custom and excise duty have been /will be availed.

Date: _______________
(Signature):_______________

Place: _______________ (Printed Name): __________________

(Designation): __________________

(Common Seal):__________________

This certificate will be issued within 60 days of signing of contract and no subsequent
changes will be permitted.

14-09-2017 Hirakud Addl. Spillway (I) I - Page 57


Section IV - Bidding Forms

SECTION –IV

Appendix to Bid

14-09-2017 Hirakud Addl. Spillway (I) I - Page 58


Section IV - Bidding Forms

Appendix to Bid
Schedule of Adjustment Data
Local Currency In table A, B & C, below the bidder shall (a) indicate its amount of local
currency payment, (b) indicate its proposed source and base values of indices for the different
foreign currency elements of cost, (c) derive its proposed weightings for local and foreign
currency payment and (d) list the exchange rates used in the currency conversion.

TABLE A: Local Currency


1. For Cost of Civil Works , electrical works , other works,(other than H M portion):
Pn= a + b Ln/L0 + c En/ E0 + d Mn/M0+ ………..

Base value & Bidder’s


date (refer Pre -
Index Index related
Source of index explanation) determined
code description currency
Weighting
Min. Max amount
Non-
A - a: 0.15 a:0.15 -
adjustable

the average
consumer price
index for
industrial
workers for
ANGUL-
TALCHER
centre for the
L Labour month preceding b: 0.20 b:0.20
the date of
opining of Bids
as published by
Labour Bureau,
ministry of
Labour,
Government of
India.

The all India


average whole
E Cement sale price index c: 0.22 c :0. 25
for cement for the
month preceding

14-09-2017 Hirakud Addl. Spillway (I) I - Page 59


Section IV - Bidding Forms

Base value & Bidder’s


date (refer Pre -
Index Index related
Source of index explanation) determined
code description currency
Weighting
Min. Max amount
the date of
opening of Bids
as published by
the Ministry of
Industrial
Development,
Government of
India, New Delhi

The all India


average whole
sale price index
(all commodities)
(other than
cement, steel,
bitumen and
POL),. For the
Miscellaneous month preceding
M d : 0.13 d:0.10
& other items the date of
opening of Bids,
as published by
the Ministry of
Industrial
Development,
Government of
India, New
Delhi.

The all India


average
wholesale price
index for steel
(Bars and Rods)
for the quarter
Reinforcement preceding the
Steel date of opening
&Structural of Bids as
S s: 0.10 s:0.12
Steel , published by the
Products, Ministry of
electrodes Industrial
Development,
Government of
India, New Delhi
Note: For the
application of
this clause, index

14-09-2017 Hirakud Addl. Spillway (I) I - Page 60


Section IV - Bidding Forms

Base value & Bidder’s


date (refer Pre -
Index Index related
Source of index explanation) determined
code description currency
Weighting
Min. Max amount
of Bars and Rods
has been chosen
to represent steel
group.
The all India
average whole
sale price index
(all commodities)
(other than
cement, steel,
bitumen and
POL), For the
Equipment & month preceding em :
EM em:0.10
Machinery the date of 0.14
opening of Bids,
as published by
the Ministry of
Industrial
Development,
Government of
India, New
Delhi.

The average
official retail
price of High
Speed Diesel
(HSD) at the
existing nearest
consumer pump
Fuel: P. O. L. of IOC
F (all types of Note: For the f: 0.06 f:0.08
consumables) application of
this clause, the
price of High
Speed Diesel oil
has been chosen
to represent fuel
and lubricants
group

Total 1.00 1.00


Note : The bidder has to indicate the weightage within the range as proposed by the Employer such that the
total weight=1.00 in the above table

14-09-2017 Hirakud Addl. Spillway (I) I - Page 61


Section IV - Bidding Forms

2. For Cost of Hydro-Mechanical Works :


Pn= a + b Ln/L0 + c En/ E0 + d Mn/M0+ ………..

Base value & Bidder’s


date (refer Pre -
Index Index related
Source of index explanation) determined
code description currency
Weighting
Min. Max. amount

Non-
A - a: 0.15 a: 0.15 -
adjustable
the average consumer
price index for
industrial workers for
ANGUL-TALCHER
centre for the month
L Labour preceding the date of b: 0.20 b:20
opining of Bids as
published by Labour
Bureau, ministry of
Labour, Government
of India.

The all India average


wholesale price index
for steel (Bars and
Rods) for the quarter
preceding the date of
opening of Bids as
Structural published by the
Steel & Steel Ministry of Industrial s:
S Development, s: 0.40
Products, 0.45
Electrodes Government of India,
New Delhi
Note: For the
application of this
clause, index of Bars
and Rods has been
chosen to represent
steel group.
The all India average
whole sale price index
Equipment (all commodities) em: em:
EM (other than cement, 0.15
& Machinery 0.10
steel, bitumen and
POL), For the month
preceding the date of

14-09-2017 Hirakud Addl. Spillway (I) I - Page 62


Section IV - Bidding Forms

Base value & Bidder’s


date (refer Pre -
Index Index related
Source of index explanation) determined
code description currency
Weighting
Min. Max. amount

opening of Bids, as
published by the
Ministry of Industrial
Development,
Government of India,
New Delhi.
all India The all India
average whole sale
price index (all
commodities) (other
than cement, steel,
bitumen and POL), For
Miscellaneous the month preceding d :
M d:0.00
& other items the date of opening of 0.02
Bids, as published by
the Ministry of
Industrial
Development,
Government of India,
New Delhi.

The average official


retail price of High
Speed Diesel (HSD) at
the existing nearest
consumer pump of
Fuel: P. O. L. IOC
f:
F (all types of Note: For the 0.08 f: 0.10
consumables) application of this
clause, the price of
High Speed Diesel oil
has been chosen to
represent fuel and
lubricants group

Total 1.00 1.00


Note : The bidder has to indicate the weightage within the range as proposed by the Employer such that the
total weight=1.00 in the above table

14-09-2017 Hirakud Addl. Spillway (I) I - Page 63


Section IV - Bidding Forms

TABLE C: Summary of Payment Currencies


Table: Alternative A
For ………………………..[insert name of Section of the Works]

Rate of
exchange Local
Percentage of
Amount of (local currency
Name of payment Total Bid Price
currency currency per equivalent
currency (TBP)
unit of
foreign)
A B C=AxB D=100xC
Local currency INR 1.00

Foreign

Currency # 1

Foreign

Currency #2

Curreny#3

Total Bid Price 100.00

TOTAL BID PRICE


(including _ if any)

(Table “B&D” not applicable)

14-09-2017 Hirakud Addl. Spillway (I) I - Page 64


Section IV - Bidding Forms (Bill of Quantities)

SECTION –IV

Bill of Quantities
(ITEM RATE)

14-09-2017 Hirakud Addl. Spillway (I) I - Page 65


Section IV - Bidding Forms (Bill of Quantities)

BILL OF QUANTITIES
PREAMBLE - A
A1 SCOPE

This preamble to Bill of Quantities describes the rates / costs / quantities that the
Bidders shall include with the price for each item.

A1.1 Present B O Q is with quantity based on drawings for tender/ bidding purpose,

The actual site works shall be carried out by Contractor based on detailed construction
drawings prepared by Contractor / his “Specialist for preparation of Drawing” and as
approved by Engineer

A2 Unit Prices

A2.1 (a)

The schedules of Bill of Quantities shall mention quantities of each item thereto. The
Contractor has to quote his “item unit rate” in figures in the prescribed format
appended to the Bidding document. The total price shall be the price of all items as
quoted in the bill of quantity, by the bidder.

The bidder has to enter the amount in figures and in words and the total amount.

A2.1 (b)

The Bidder / Contractor will write item unit rate up to two decimal point only. If he
writes the item unit rate upto more decimal point, the first two decimal point shall
only be considered without rounding off.

A2.2 The ‘Goods and Service Tax’ (GST), ( including Integrated Goods and Services Tax
and GST Compensation cess ) as applicable , being current indirect tax system , has been
notified w.e.f. 01-07-2017 and thus its provisions shall be applicable”

(refer for more information : www.cbse.gov.in; www.cbse-gst.gov.in;


www.icegate.gov.in ; www. gst.gov.in ; www.incometaxindia.gov.in ; )

14-09-2017 Hirakud Addl. Spillway (I) I - Page 66


Section IV - Bidding Forms (Bill of Quantities)

PREAMBLE-B
CONDITIONS TO BE TAKEN CARE FOR
RATES QUOTED IN B.O.Q.

B1. The work shall be carried out as per Work Requirement / Technical Specifications of
this bid document.

In case of extra item during construction period, the Contractor and the Engineer in
charge should refer to CWC Guidelines for Preparation of Project Estimate for River
Valley Projects-1997 and / or Odisha-WRD or P.W.D specifications / specification
mentioned in Schedule of Rates of State Govt.

B2. During execution of work, samples of materials and other special items may be
referred for laboratory testing by Engineer or his representative and bill thus raised by
concerned laboratory shall be recovered from contractor’s bill, as the tests performed
are re-confirmatory tests especially when the contractors site laboratory does not have
such facility.

14-09-2017 Hirakud Addl. Spillway (I) I - Page 67


Section IV - Bidding Forms (Bill of Quantities)

SECTION – IV
BILL OF QUANTITIES
FOR

1. Schedule - A - Civil Works for New Spillway, NOF blocks,


Stilling Basin & Spill Channel up to confluence
with rive4r Mahanadi, fall structure and earthen
embankments d/s of fall along spill channel
2. Schedule - B - Civil Works for Earthen Dam

3. Schedule – HM - Hydro-Mechanical Works


4. Schedule – ELE - Electrical Works
5. Schedule – ESHS - Environment, Social, Health & Safety ,

14-09-2017 Hirakud Addl. Spillway (I) I - Page 68


Section IV - Bidding Forms (Bill of Quantities)

GRAND SUMMARY
Contract Name : “CONSTRUCTION OF ADDITIONAL SPILLWAY WITH HYDRO-
MECHANICAL WORKS” ON LEFT OF GANDHI HILLOCK AT HIRAKUD DAM –
ODISHA, INDIA .
Contract Number: ICB-1/ODISHA/ASW_HIRA/2017-18

W.B : Project I D –India- P089985-IN


Sl. Price Short Description Sub –Total Sub-Total
No. Schedule of Price Schedule (brought forward) (Rs, in Lakhs
(Rs in Lakhs in in words)
figures)
1(i) A Civil Works for New Spillway,
NOF blocks, Stilling Basin &
Spill Channel up to confluence
with river Mahanadi, fall
structure and earthen
embankments d/s of fall along
spill channel

1(ii) B Civil Works for Earthen Dam

1 (iii) Sub Total –CIVIL WORKS:


(A + B)
2(i) H.M.(i) Equipment - Gates & Hoists-
Fabrication, Supply and Delivery
2(ii) H.M.(ii) H.M. Equipment - Gates &
Hoists - Erection Portion
2(iii) H.M.(iii) Supply of Mandatory /
Recommended Spares & Tools
2(iv) Sub Total =
=H.M.(i) +(ii)+(iii)
3 El works Electrical Works

4 ESHS Environment, Social, Health &


Safety ,
5 (a) Grand Total=
1(iii )+2(iv)+3 +4=
5 (b) (Rs…………………………………………………………………………..only )

14-09-2017 Hirakud Addl. Spillway (I) I - Page 69


Section IV - Bidding Forms (Bill of Quantities)

BILL OF QUANTITIES ( BOQ) - (1 of 2)


NAME OF WORK: CONSTRUCTION OF ADDITIONAL SPILLWAY ON LEFT OF GANDHI HILLOCK AT HIRAKUD DAM - ODISHA
INDIA. - Civil Works (NOF blocks, Stilling Basin & Spill channel up to confluence with river Mahanadi, fall structure and earthen
embankments d/s of fall along spill channel)

Amount
Sl. Reference to Total Rate
ITEM DESCRIPTION UNIT (Rs. in
No. Tech. Specs. Quantity (Rs.)
lakhs)
1 A1 Clearing of Site
A1.1 3.2, 3.3 Jungle/ Woody vegetation removal m2 360000
A1.2 3.2, 3.3 Boulder removal m3 600
2 A2 Dewatering During Construction
Dewatering of Surface Construction Sites including supply, installation and
A2.1 4.3.2, 4.4.1 KWh 300000
removal of pumping equipment from the Site
3 A3 Surface Excavation
A3.1 5.5, 5.6, 5.7 Excavation in all soils incl. disposal up to 2kms m³ 14,16,690
A3.2 Rock excavation incl. disposal with all leads, lifts and de-lifts.
A3.2.1 5.6, 5.7 (i) DI rock m³ 7,00,510
A3.2.2 5.6, 5.7 (ii) Hard rock m³ 12,37,850
A3.3 5.6.1(c ), 5.7 Rock excavation with Line drilling incl. Lead up to 2 kms. m 2150
A3.4 5.6.1 (d), 5.7 Dental excavation incl. Lead up to 2 kms. m³ 2100
4 A4 Rock Support
A4.1 Grouted Rock Anchors (in Hill cut slopes)
A4.1.1 25 mm dia.
A4.1.1.
8.4, 8.9.2.3 - Length up to 4.0 m m 1300
1
A4.1.1.
8.4, 8.9.2.3 - Length 4.0 m to 6.0 m m 6130
2
Grouted Rock Anchors in Training walls of spillway, Stilling basin &
A4.2
Transition
A4.2.1 8.4, 8.9.2.4 Grouted anchor bars (for concrete) 25 mm dia. m 4800

14-09-2017 Hirakud Addl. Spillway (I) I - Page 70


Section IV - Bidding Forms (Bill of Quantities)

Amount
Sl. Reference to Total Rate
ITEM DESCRIPTION UNIT (Rs. in
No. Tech. Specs. Quantity (Rs.)
lakhs)
A4.2.2 8.4.6, 8.9.2.6 Extensions for embedding into concrete m 2200
A4.3 Mesh reinforcement
A4.3.1 8.5.1, 8.9.3.1 Chain link fabric m² 500
A4.3.2 8.5.2, 8.9.3.2 Wire mesh m² 1000
A4.4 Grouted Rock Anchors in Spillway glacis and Stilling Basin floor
A4.4.1 8.4, 8.9.2.4 Grouted rock anchors (for concrete) 32 mm dia m 12,400
5 A5 Shotcrete & Steel Fibre reinforced shotcrete
A5.1 Shotcrete
9.5.1, 9.6 to 9.12,
A5.1.1 Shotcrete in surface excavations m³ 200
9.15
A5.2 Steel fibre reinforced shotcrete (SFRS)
9.5.2, 9.6 to 9.12,
A5.2.1 SFRS in surface works m3 1110
9.15
6 A6 Backfill
A6.1 15.4, 15.5 Compacted earth backfill m³ 45,150
7 A7 Drilling and Grouting
Drilling for grout curtain in dam foundation - Drilling of curtain grout holes
A7.1 10.8.2.1, 10.9.2.1 m 1290
48 mm in rock
A7.1.1 10.8.4.1, 10.9.3.3 Grouting Operations m 1290
Drilling for consolidation grouting in dam foundation - Drilling of grout
A7.2 10.8.2.2, 10.9.2.2 m 8200
holes 38 mm dia.
A7.2.1 10.8.4.3, 10.9.3.2 Grouting Operations m 8200
A7.3 Drilling of drainage holes
A7.3.1 10.8.2.1, 10.9.2.3 - Drilling of 76 mm dia. drainage Holes from Foundation gallery floor m 970
A7.3.2 10.8.2.1, 10.9.2.3 - Drilling of 76mm dia. Drainage holes on hill cut slopes m 6230
A7.4 Drilling of exploratory holes, check holes, and holes for instrumentation
A7.4.1 10.8.2.2, 10.9.2.4 - Drilling of 150 mm dia. Holes m 100
A7.4.2 10.8.2.2, 10.9.2.4 - Drilling of 100 mm dia. Holes m 400
A7.4.3 10.8.2.2, 10.9.2.4 - Drilling of 75 mm dia. Holes m 200
A7.4.4 10.8.2.2, 10.9.2.4 - Extra for core recovery m 200
A7.5 Grouting materials

14-09-2017 Hirakud Addl. Spillway (I) I - Page 71


Section IV - Bidding Forms (Bill of Quantities)

Amount
Sl. Reference to Total Rate
ITEM DESCRIPTION UNIT (Rs. in
No. Tech. Specs. Quantity (Rs.)
lakhs)
10.8.4.1, 10.6,
A7.5.1 -Cement MT 1350
10.7, 10.9.4.1
A7.5.1. 10.8.4.1, 10.6,
Micro fine cement MT 10
1 10.7, 10.9.4.4
10.8.4.1, 10.6,
A7.5.2 - Sand MT 150
10.7, 10.9.4.2
10.8.4.1, 10.6,
A7.5.3 - Bentonite MT 100
10.7, 10.9.4.2
10.8.4.1, 10.6,
A7.5.4 - Admixtures Kg 200
10.7, 10.9.4.3
10.4.3, 10.8.3,
A7.6 Water pressure Testing – simple water tests Nos. 1500
10.9.2.7
A7.7 10.4.4, 10.9.2.8 Embedded pipes & fittings for grouting left permanently in place. Kg 500
8 A8 Concrete works for main dam & Fall structure
12.5 to 12.10, -M15/A80 mass concrete in hearting of Over Flow & Non-Over Flow section-
A8.1 m³ 1,78,740
12.12 to 12.20 C1
12.5 to 12.10, M20/A20 Miscellaneous minor concrete work in foundation (1st pour
A8.2 m³ 1190
12.12 to 12.20 concrete)_C2
12.5 to 12.10, -M20/A40 in Dam & Spillway mantle, glacis, training wall and stilling
A8.3 m³ 83,900
12.12 to 12.20 basin_C3
12.5 to 12.10,
A8.4 M25 /A40 in Piers and spill channel lining_C4 m³ 90,450
12.12 to 12.20
12.5 to 12.10, -M25 /A20 in Trunion Beam, Spillway Bridge, control & D.G set building,
A8.5 m³ 750
12.12 to 12.20 lift well_C5
12.5 to 12.10,
A8.6 -M30 /A20 in Block-out Concrete_C6 m³ 910
12.12 to 12.20
12.5 to 12.10, -M60/A20 500mm thick surface layer on glacis, stilling basin and spillway
A8.7 m³ 6810
12.12 to 12.20 crest_C7
12.5 to 12.10,
A8.8 M10 porous concrete m³ 50
12.12 to 12.20
A8.9 Bridge ancillaries

14-09-2017 Hirakud Addl. Spillway (I) I - Page 72


Section IV - Bidding Forms (Bill of Quantities)

Amount
Sl. Reference to Total Rate
ITEM DESCRIPTION UNIT (Rs. in
No. Tech. Specs. Quantity (Rs.)
lakhs)
A8.9.1 - Elastomeric bearing pads as per IRC: 83, Section IX- Bearings. Nos. 30
A8.9.2 - Drain boxes as per IRC Code. Nos. 30
12.5 to 12.10,
A8.10 M20 A40 Concrete for dental treatment in surface works m3 2000
12.12 to 12.20
12.5 to 12.10,
A8.11 M15 concrete for retaining walls for road construction m3 100
12.12 to 12.20
12.5 to 12.10,
A8.12 Concrete Blocks d/s of stilling basin of Fall structure m3 1220
12.12 to 12.20
9 A9 Formwork
12.12.,12.15,14.3
A9.1 to 14.8, 14.10, Class F1 m² 300
14.11
12.12,12.15,14.3
A9.2 to 14.8, 14.10, Class F2 m² 2100
14.12
12.12,12.15,14.3
A9.3 to 14.8, 14.10, Class F1C m² 200
14.13
12.12,12.15,14.3
A9.4 to 14.8, 14.10, Class F2C m² 1000
14.14
12.12,12.15,14.3
A9.5 to 14.8, 14.10, Class F3 m² 25,350
14.15
12.12,12.15,14.3
A9.6 to 14.8, 14.10, Class F3C m² 1200
14.16
10 A10 Reinforcing Steel
11.4 to 11.9,
A10.1 Deformed reinforcing bars MT 2790
11.10
A10.2 Couplers

14-09-2017 Hirakud Addl. Spillway (I) I - Page 73


Section IV - Bidding Forms (Bill of Quantities)

Amount
Sl. Reference to Total Rate
ITEM DESCRIPTION UNIT (Rs. in
No. Tech. Specs. Quantity (Rs.)
lakhs)
A10.2.1 11.7(7), 11.10 25 mm Dia. Nos 1000
11 A11 Water-Stops &Joints in concrete structures
A11.1 PVC Water Stop
A11.1.1 13.2, 13.5 -230 mm wide m 100
A11.1.2 13.2, 13.5 -300 mm wide m 2150
A11.2 13.5.4,13.6, 13.7 - Bituminous Coating m2 200
A11.3 13.5.3, 13.6, 13.7 Joint sealing compound m 100
A11.4 13.5.2, 13.6, 13.7 Joint filler m2 150
Earthen embankments along both sides of spill channel d/s of Fall
12 A12
Structure
16.3 to 16.13,
A12.1 Homogeneous material - placement and compaction m3 8,73,320
16.23, 16.24
A12.2 16.26, 16.28 Fine filter material - placement in layers m3 17,060
16.26, 16.29,
A12.3 Coarse filter material - placement in layers m3 17,060
16.30
16.4, 16.31,
A12.4 Stone pitching - Hand-placed as per drawings m3 1,03,230
16.32
13 A13 Metal works
20.7.1,20.7.6,
A13.1 Railing Kg 2500
20.9.5
20.7.1,20.7.5,
A13.2 Steel pipe handrail Kg 1600
20.9.5
20.7.1,20.7.7,
A13.3 Ladders Kg 300
20.9.6
20.7.1,20.7.4,
A13.4 Gratings kg 22,284
20.9.4
20.7.1, 20.7.2,
A13.5 Steel / Cast iron pipe Kg 700
20.9.2
Miscellaneous steel sections as edge protection, frames , bearing plates ,
20.7.1,20.7.3,
A13.6 brackets , etc. of various dimensions , including bolts , screws , anchors and kg 900
20.9.3
other accessories for interior and exterior purpose

14-09-2017 Hirakud Addl. Spillway (I) I - Page 74


Section IV - Bidding Forms (Bill of Quantities)

Amount
Sl. Reference to Total Rate
ITEM DESCRIPTION UNIT (Rs. in
No. Tech. Specs. Quantity (Rs.)
lakhs)
20.7.1,20.7.4,
A13.7 Water tight covers and frames kg 700
20.9.4
20.7.1,20.8,
A13.8 Installation of metal works supplied by others kg 1400
20.9.10
14 A14 Instrumentation
Providing & installing Uplift(UP) pressure pipes in dam body incl. cabling
A14.1 17.1 to 17.5, 17.7 No. 6
etc. up to junction box/ Control room
Providing & installing Piezometers in main dam body incl. cabling etc. up to
A14.2 17.1 to 17.5, 17.7 No. 8
junction box/ Control room
Providing & Installing Temperature meters in dam body incl. cabling etc. up
A14.3 17.1 to 17.5, 17.7 No. 29
to junction box/ Control room
A14.4 17.1 to 17.5, 17.7 Providing & installing Survey Targets as required Nos. 40
A14.5 17.1 to 17.5, 17.7 Providing & Installing Direct Plumb-Line in NOF section of the main dam Nos. 1
15 A 15 Additional tests
A15.1 2.1, 2.2, 2.5 Topographical surveys m2 80,000
Geological explorations (Bore holes including permeability & Laboratory
A15.2 2.5, testing for compressive strength and shear strength in Soil / rock as per IS m 200
Codes)
A
2.5, Modulus of Deformation for rock Nos. 2
15.3.1
A
2.5, Shear parameters between Rock to rock Set 1
15.3.2
A
2.5, Shear parameters between rock to concrete Set 1
15.3.3
A
2.5, Bore hole for field permeability tests for Earthen Dyke m 150
15.3.4
Construction of Coffer dam for new earthen dyke connection with existing
16 A16.1 16.9, 19.7 m3 95,000
dyke on right bank
16.9, 19.7, 20.10, Providing and Driving of Z type steel sheet piles as per IS codes to retain
A16.2 20.10.1 to earth / seepage, during construction of additional spillway, at junction of new m2 1000
20.10.6 & old dyke up-stream slope at required position including all cost, carriage,

14-09-2017 Hirakud Addl. Spillway (I) I - Page 75


Section IV - Bidding Forms (Bill of Quantities)

Amount
Sl. Reference to Total Rate
ITEM DESCRIPTION UNIT (Rs. in
No. Tech. Specs. Quantity (Rs.)
lakhs)
taxes & driving sheet piles to the required depth etc. incidental to the work
complete as per drawing and technical specification.
17 A17 Removal of U/S existing dyke (about 500 m long)
5.6.1, 16.31, Removal of stones from Toe drain, Rock Toe, Chute drains and rip-rap, to be
A17.1 m3 25,000
16.32 reused or dumped within 2 kms.
A17.2 5.63, 5.7 Extra for haulage of stones beyond 2 kms. m3 10,000
5.6.1(a), 5.6.3, Removal of earth / soil from the existing dyke and depositing in dump yard /
A17.3 m3 4,00,000
5.7 any other location within 2 kms.
3
A17.4 5.6.3, 5.7 Extra for haulage of earth / soil beyond 2 kms . m 1,50,000
18 A18 Land scape developmental works
Providing & compacting earth in for development benches for landscape
A18.1 15.4, 15.5 m3 3,17,730
works on left and right side of spill channel.
12.5 to 12.10, Construction of concrete walls (M15) for supporting the earth fill benches and
A18.1.2 m3 1960
12.12 to 12.20 stair steps etc. in newly developed land scape areas
A18.2 Cafeteria and parking area.
Development of benches for cafeteria on right side and parking area on left
A18.2.1 5.5, 5.6, 5.7 m3 2,6140
side of spill channel on d/s slopes of the hillock
12.5 to 12.10,
A18.2.2 Providing 200mm thick concrete flooring (M20)in cafeteria and parking areas m3 11,630
12.12 to 12.20
Total

14-09-2017 Hirakud Addl. Spillway (I) I - Page 76


Section IV - Bidding Forms (Bill of Quantities)

BILL OF QUANTITIES (2 of 2)
NAME OF WORK : CONSTRUCTION OF ADDITIONAL SPILLWAY ON LEFT OF GANDHI HILLOCK AT HIRAKUD
DAM - ODISHA INDIA. - Civil Works of Earthen dam

Rate (Rs.) Rate (Rs.)


Reference to Amount
ITEM DESCRIPTION UNIT QUANTI In In
Tech. Specs. (Rs.)
TY Figures Words
B1 Surface Excavation
B1.1 5.5, 5.6, 5.7 Excavation in all soils incl. disposal up to 2 kms. m³ 15,000
B1.2 5.5, 5.6, 5.7 Rock excavation incl. disposal up to 2 kms. m³ 12,200
B2 Embankment Construction
16.3 to 16.13,
B2.1.1 Zone-1, Impervious material m³ 3,25,570
16.23, 16.24,19
16.3 to 16.13,
B2.1.2 Zone-2, Semi-pervious material m³ 6,50,400
16.23, 16.24,19
B2.1.3 16.26, 16.28,19 Zone 3A, Fine Filter material m³ 40,080
16.26, 16.29,
B2.1.4 Zone 3B, Coarse-Filter material m³ 31,960
16.30 ,19
16.4, 16.31,
B2.1.5 Riprap m³ 31,590
16.32 ,19
16.4, 16.31,
B2.1.6 Rock Toe m³ 17,800
16.32,19
Extra for transportation of embankment Zone-1 material
B2.1.7 5.6.3, 5.7 m³ 3,25,000
beyond 2.0 kms.
B3 Concrete for Parapet walls
12.5 to 12.18,
B3.1 concrete (M15) m³ 1270
12.20
12.5 to 12.18,
B3.2 Concrete (M20) m³ 4850
12.20
B4 Form Works

14-09-2017 Hirakud Addl. Spillway (I) I - Page 77


Section IV - Bidding Forms (Bill of Quantities)

Reference to Rate (Rs.) Rate (Rs.) Amount


ITEM DESCRIPTION UNIT
Tech. Specs. QUANTI In In (Rs.)
14.3 to 14.8, TY
B4.1 F1 m2 2500
14.10, 14.11
14.3 to 14.8,
B4.2 F2 m2 650
14.10, 14.11
B5 Horizontal & Chute drains
B5.1 16.27 Excavation / cutting m3 50
12.5 to 12.19,
B5.2 Concrete work for drains m3 30
12.20
B5.3 15.4, 15.5 Backfill m3 100

B6 Dam Top Road


B6.1 18.1, 18.4 to 18.8 Base Course m³ 3900
18.1, 18.4 to
B6.2 Wearing Course m³ 590
18.8
B7 Curtain Grout
B7.1 10.8.2.1, 10.9.2.1 Drilling of 48mm holes m 3060
10.8.4.1,
B7.2 Grouting operation m 3060
10.9.3.3
B7.3 Grout materials
10.8.4.1, 10.6,
B7.3.1 Cement MT 620
10.7,10.9.4.1
10.6,10.7,10.8.4.1
B7.3.2 Sand MT 100
, 10.9.4.2
10.6,10.710.8.4.1,
B7.3.3 Bentonite MT 50
10.9.4.2
10.6,10.710.8.4.1,
B7.3.4 Admixtures Kg 100
10.9.4.3
Providing turfing on the downstream slope of earth dam
B8 m2 48,400
with approved quality of compact dub grass.
B9 Instrumentation
B9.1 17.1 to 17.5, 17.7 Providing & installing V-wire Piezometers in Earthen Nos. 20

14-09-2017 Hirakud Addl. Spillway (I) I - Page 78


Section IV - Bidding Forms (Bill of Quantities)

Reference to Rate (Rs.) Rate (Rs.) Amount


ITEM DESCRIPTION UNIT
Tech. Specs. QUANTI In In (Rs.)
Dyke TY
B9.2 17.1 to 17.5, 17.7 Read-out units for piezometers including room Nos. 2
B9.3 17.1 to 17.5, 17.7 Providing & Installing Porous Tube Piezometers Nos. 10
TOTAL

14-09-2017 Hirakud Addl. Spillway (I) I - Page 79


Section IV - Bidding Forms (Bill of Quantities)

BILL OF QUANTITIES

PRICE SCHEDULE HM (i) : H.M. Equipment - Gates & Hoists- Fabrication and Delivery Portion
Price Schedule : Design, Procurement, Fabrication, Corrosion Protection, Transportation and Delivery at Project Site, Local transportation at
Project Site, Erection, Testing & Commissioning of Gates & Hoists in accordance with the agreed time & price schedule (complying with the
accepted General/ Particular Technical Specifications & other provisions of the Bid Document SECTION-VI-D)

Rate Rate
(Rs.) (Rs.)
Amount
ITEM Reference to Tech. Specs. DESCRIPTION UNIT QUANTITY
In In (Rs.)
Figures Words
SPILLWAY CREST RADIAL GATE
1
WITH HYDRAULIC HOISTS
Crest radial gate for a clear opening
size of 15.00 m (w) x 16.557 m (h) with
Part-2 section-VII B(iii)- structural steel skin plate, horizontal
Part-( i), part-(ii) A, Part- girders, vertical stiffeners, inclined
(ii)-B, part-3, part –(iv), arms, bracings, trunnion assemblies,
1.1 PART-2 section- VII B(iv), guide rollers,neoprene rubber seal set 5
2-D,Section VIII-4.0.0, Part- (bottom, sides) assemblies, lifting
3,section IX: particular brackets, anchors, trunion brackets,
conditions. dogging arrangement, etc. complete in
all respects as per the technical
specifications and drawing number

14-09-2017 Hirakud Addl. Spillway (I) I - Page 80


Section IV - Bidding Forms (Bill of Quantities)

Rate Rate
(Rs.) (Rs.)
Amount
ITEM Reference to Tech. Specs. DESCRIPTION UNIT QUANTITY
In In (Rs.)
Figures Words
HDNS-S-151 sh 1of 1..
Part-2 section-VII B(iii)-
Part-( i), part-(ii) A, Part- First stage embedded parts (anchors)
(ii)-B, part-3, part –(iv), in the primary concrete to facilitate
1.2 PART-2 section- VII B(iv), erection of second stage embedded set 5
2-D,Section VIII-4.0.0, Part- parts of gate and hoist supporting
3,section IX: particular structure.
conditions.
Second stage embedded parts such as
sill beam, wall plates,yoke girders with
Part-2 section-VII B(iii)- tie flats, anchor bolts, nuts & washers
Part-( i), part-(ii) A, Part- and anchors for trunnion brackets &
(ii)-B, part-3, part –(iv), thrust pads, anchors for steel support
1.3 PART-2 section- VII B(iv), beam for hoist, etc.( including set 5
2-D,Section VIII-4.0.0, Part- providing additional bracings after
3,section IX: particular final alignment of 2nd stage E parts
conditions and prior to second stage concreting)
complete in all respects as per the
technical specification and drawings.

14-09-2017 Hirakud Addl. Spillway (I) I - Page 81


Section IV - Bidding Forms (Bill of Quantities)

Rate Rate
(Rs.) (Rs.)
Amount
ITEM Reference to Tech. Specs. DESCRIPTION UNIT QUANTITY
In In (Rs.)
Figures Words
Hydraulic cylinder (single acting-twin
cylinders) of adequate stroke/capacity
Part-2 section-VII B(iii)- including all the accessories such as
Part-( i), part-(ii) A, Part- cylinder support steel beam with
(ii)-B, part-3, part –(iv), bracket/ cardenic connection and
1.4 PART-2 section- VII B(iv), stainless steel connecting pin, gate set 5
2-D,Section VIII-4.0.0, Part- position measuring system and
3,section IX: particular transmitter/limit switches for operation
conditions. of radial gates complete in all respects
as per the technical specification and
drawings.
Independent hydraulic power pack
assembly including oil tank, hydraulic
oil, seamless piping between power
Part-2 section-VII B(iii)- pack and cylinders and pipe fittings/
Part-( i), part-(ii) A, Part- supports and other accessories like
(ii)-B, part-3, part –(iv), flexible high pressure hoses, pipe
1.5 PART-2 section- VII B(iv), connectors, ball valves, heavy duty set 5
2-D,Section VIII-4.0.0, Part- pipe clamps, etc. complete in all
3,section IX: particular respects for operation of above hoists
conditions. as per the technical specifications.
Note: 1. Main powerpack should not
be used for flushing and oil filling of
cylinders. A separate oil filtering cum

14-09-2017 Hirakud Addl. Spillway (I) I - Page 82


Section IV - Bidding Forms (Bill of Quantities)

Rate Rate
(Rs.) (Rs.)
Amount
ITEM Reference to Tech. Specs. DESCRIPTION UNIT QUANTITY
In In (Rs.)
Figures Words
flushing unit shall be used.

Note: 2. Interconnection of two sets of


adjacent gate controls (HPUs and
LCPs)
Local electrical control panel for each
Part-2 section-VII B(iii)-
hoist including all components,
Part-( i), part-(ii) A, Part-
instruments, enclosure, ducts, cabling
(ii)-B, part-3, part –(iv),
between LCP & HPP, etc. complete in
1.6 PART-2 section- VII B(iv), set 5
all respects for operation of HPP as
2-D,Section VIII-4.0.0, Part-
per the specification and including
3,section IX: particular
"Provision for transferring signal from
conditions.
local panel to Dam control".

14-09-2017 Hirakud Addl. Spillway (I) I - Page 83


Section IV - Bidding Forms (Bill of Quantities)

Rate Rate
(Rs.) (Rs.)
Amount
ITEM Reference to Tech. Specs. DESCRIPTION UNIT QUANTITY
In In (Rs.)
Figures Words
Trolley mounted (mobile) petrol driven
engine capable of lifting of one radial
Part-2 section-VII B(iii)- gate at 25% of the normal speed when
Part-( i), part-(ii) A, Part- water is stored up to FRL during
(ii)-B, part-3, part –(iv), emergency along with petrol tank, 12 v
1.7 PART-2 section- VII B(iv), battery, starter, exhaust pipe, preset no 1
2-D,Section VIII-4.0.0, Part- internal system protection pressure
3,section IX: particular relief valve, suction/discharge hose
conditions. pipes cum couplings to connect with
main power pack assembly including
trial run, testing and commissioning.
Part-2 section-VII B(iii)- One number of oil purifier unit (to
Part-( i), part-(ii) A, Part- purify hydraulic oil and to remove
(ii)-B, part-3, part –(iv), water and dissolved gases) complete in
1.8 PART-2 section- VII B(iv), all respects including oil filters, hoses no 1
2-D,Section VIII-4.0.0, Part- of sufficient length and size and hose
3,section IX: particular connectors to power pack including
conditions. trial run, testing and commissioning..

14-09-2017 Hirakud Addl. Spillway (I) I - Page 84


Section IV - Bidding Forms (Bill of Quantities)

Rate Rate
(Rs.) (Rs.)
Amount
ITEM Reference to Tech. Specs. DESCRIPTION UNIT QUANTITY
In In (Rs.)
Figures Words
Aceess ladders, safety cage, platform
(for cylinder inspection) and hand
Part-2 section-VII B(iii)- railing over the arms of the radial
Part-( i), part-(ii) A, Part- gates for inspection and maintenance
(ii)-B, part-3, part –(iv), of the spillway radial gates,one Foot
1.9 PART-2 section- VII B(iv), bridge with hand railings for layout of set 5
2-D,Section VIII-4.0.0, Part- hydraulic piping & cables at top of
3,section IX: particular pier & other at trunnion level for use
conditions. during erection, approach &
inspection & maintenance of trunnions
& its attachments.

Sub-total of 1

SPILLWAY STOPLOGS WITH


2 GANTRY CRANE & LIFTING
BEAM

14-09-2017 Hirakud Addl. Spillway (I) I - Page 85


Section IV - Bidding Forms (Bill of Quantities)

Rate Rate
(Rs.) (Rs.)
Amount
ITEM Reference to Tech. Specs. DESCRIPTION UNIT QUANTITY
In In (Rs.)
Figures Words
Stop log units (Vertical lift, Slide type)
for a clear opening size of 15.00 m (w)
x 2,4 m(h) (six interchangeable units &
Part-2 section-VII B(iii)-
one non-interchangeable bottom unit)
Part-( i), part-(ii) A, Part-
with downstream skin plate, stiffeners,
(ii)-B, part-3, part –(iv),
horizontal girders, end vertical
2.1 PART-2 section- VII B(iv), set 1
girders, rubber seal (bottom, sides)
2-D,Section VIII-4.0.0, Part-
assemblies, sliding pads, guide rollers,
3,section IX: particular
lifting & latching arrangement, etc.
conditions.
complete in all respects as per
technical specifications and drawing
number HDNS-S-152.

Part-2 section-VII B(iii)-


First stage embedded parts (anchors)
Part-( i), part-(ii) A, Part-
in the primary concrete to facilitate
(ii)-B, part-3, part –(iv),
2.2 erection of second stage embedded set 5
PART-2 section- VII B(iv),
parts of gate and storage pit and LT
2-D,Section VIII-4.0.0, Part-
track.
3,section IX: part.conditions.

14-09-2017 Hirakud Addl. Spillway (I) I - Page 86


Section IV - Bidding Forms (Bill of Quantities)

Rate Rate
(Rs.) (Rs.)
Amount
ITEM Reference to Tech. Specs. DESCRIPTION UNIT QUANTITY
In In (Rs.)
Figures Words
(a)Second stage embedded parts such
Part-2 section-VII B(iii)-
as sill beam, slide tracks & side seal
Part-( i), part-(ii) A, Part-
seats, side guides, anchor bolts, nuts
(ii)-B, part-3, part –(iv),
& washers, support angles, latching
PART-2 section- VII B(iv), set 5
and storage arrangement over the
2-D,Section VIII-4.0.0, Part-
piers ( including providing additional
3,section IX: particular
2.3 bracings after final alignment and
conditions.
prior to second stage concreting) and,
(b) embedded parts such as sill beam
covering entire bottom and side guide
in the storage pits (with steel gratings set 2
& attachment in civilwork scope) as
per specification and drawings.

Part-2 section-VII B(iii)-


Lifting beam of adequate capacity with
Part-( i), part-(ii) A, Part-
automatic engaging / disengaging
(ii)-B, part-3, part –(iv),
device complete with frame, guides,
2.4 PART-2 section- VII B(iv), no 1
pulleys, bearings, counterweight and
2-D,Section VIII-4.0.0, Part-
other accessories, etc. complete in all
3,section IX: particular
respects as per specifications.
conditions.

14-09-2017 Hirakud Addl. Spillway (I) I - Page 87


Section IV - Bidding Forms (Bill of Quantities)

Rate Rate
(Rs.) (Rs.)
Amount
ITEM Reference to Tech. Specs. DESCRIPTION UNIT QUANTITY
In In (Rs.)
Figures Words
Travelling outdoor gantry crane with
cross-travel arrangement, pendent
operated of adequate capacity( but not
less than 50T capacity) along with
Part-2 section-VII B(iii)-
necessary structural, mechanical and
Part-( i), part-(ii) A, Part-
electrical control equipments including
(ii)-B, part-3, part –(iv),
gantry track rails (extended up to
2.5 PART-2 section- VII B(iv), no 1
parking/storage pit)/embedded
2-D,Section VIII-4.0.0, Part-
parts/end stoppers, counter weight and
3,section IX: particular
other accessories complete in all
conditions.
respects in accordance with the
technical specifications and drawings
for safe operation of spillway stoplogs
along with lifting beam.

Sub-total of 2

Instrumentation & Dam Control


3
System

14-09-2017 Hirakud Addl. Spillway (I) I - Page 88


Section IV - Bidding Forms (Bill of Quantities)

Rate Rate
(Rs.) (Rs.)
Amount
ITEM Reference to Tech. Specs. DESCRIPTION UNIT QUANTITY
In In (Rs.)
Figures Words
Part-2 section-VII B(iii)-
Part-( i), part-(ii) A, Part- Centralised Dam control sysytem
(ii)-B, part-3, part –(iv), complete with all accessories to
3.1 PART-2 section- VII B(iv), operate,control and monitor individual set 1
2-D,Section VIII-4.0.0, Part- spillway radial gates located in Dam
3,section IX: particular Control Room.
conditions.
Reservoir water level measuring
3.2 -do- instrument and indication/alarm at two set 2
locations.
Water level measuring and indication
3.3 -do- equipment for balancing water head set 5
for spillway stoplog gate.
Uninterruptible power source (Battery
3.4 -do- back-up) for a minimum of 30 minutes set 1
to Dam control system (Dam).
Sub-total of 3
TOTAL PRICE (Item 1 to 3)

14-09-2017 Hirakud Addl. Spillway (I) I - Page 89


Section IV - Bidding Forms (Bill of Quantities)

BILL OF QUANTITIES

PRICE SCHEDULE H.M (ii) : H.M. Equipment - Gates & Hoists - Erection Portion
Price Schedule : Local transportation at Project Site, Erection, Testing & Commissioning of Gates & Hoists as specified in the Part-2B (Particular
Technical Specifications)

Rate Rate
Reference to Tech. (Rs.) (Rs.) Amount
ITEM DESCRIPTION UNIT QUANTITY
Specification In In (Rs.)
Figures Words
SPILLWAY CREST
1 RADIAL GATE WITH
HYDRAULIC HOISTS
1.1 Crest radial gate for a clear
opening size of 15.00 m (w)
x16.557 m (h) with structural
steel skin plate, horizontal
Part-2 section-VII B(iii)- girders, vertical stiffeners,
Part-( i), part-(ii) A, Part-(ii)- inclined arms, bracings,
B, part-3, part –(iv), PART-2 trunnion assemblies, guide
section- VII B(iv), 2- rollers, rubber seal (bottom, set 5
D,Section VIII-4.0.0, Part- sides) assemblies, lifting
3,section IX: particular brackets, anchors, trunion
conditions . brackets, dogging arrangement,
etc. complete in all respects as
per the technical specifications
and drawing number HDNS-S-
151.

14-09-2017 Hirakud Addl. Spillway (I) I - Page 90


Section IV - Bidding Forms (Bill of Quantities)

Rate Rate
Reference to Tech. (Rs.) (Rs.) Amount
ITEM DESCRIPTION UNIT QUANTITY
Specification In In (Rs.)
Figures Words
1.2
Part-2 section-VII B(iii)-
First stage embedded parts
Part-( i), part-(ii) A, Part-(ii)-
(anchors) in the primary
B, part-3, part –(iv), PART-2
concrete to facilitate erection of
section- VII B(iv), 2-D, set 5
second stage embedded parts of
Section VIII-4.0.0, Part-
gate and hoist supporting
3,section IX: particular
structure.
conditions
1.3 Second stage embedded parts
such as sill beam, wall plates,
yoke girders with tie flats,
anchor bolts, nuts & washers
Part-2 section-VII B(iii)-
and anchors for trunnion
Part-( i), part-(ii) A, Part-(ii)-
brackets & thrust pads, anchors
B, part-3, part –(iv), PART-2
for steel support beam for hoist,
section- VII B(iv), 2-D, set 5
etc.( including providing
Section VIII-4.0.0, Part-
additional bracings after final
3,section IX: particular
alignment of 2nd stage E parts
conditions .
and prior to second stage
concreting) complete in all
respects as per the technical
specification and drawings.
1.4 Part-2 section-VII B(iii)- Hydraulic cylinder (single
Part-( i), part-(ii) A, Part-(ii)- acting-twin cylinders) of
B, part-3, part –(iv), PART-2 adequate stroke/capacity set 5
section- VII B(iv), 2-D, including all the accessories
Section VIII-4.0.0, Part- such as cylinder support steel

14-09-2017 Hirakud Addl. Spillway (I) I - Page 91


Section IV - Bidding Forms (Bill of Quantities)

Rate Rate
Reference to Tech. (Rs.) (Rs.) Amount
ITEM DESCRIPTION UNIT QUANTITY
Specification In In (Rs.)
Figures Words
3,section IX: particular beam with bracket/ cardenic
conditions. connection and stainless steel
connecting pin, gate position
measuring system and
transmitter/limit switches for
operation of radial gates
complete in all respects as per
the technical specification and
drawings.
1.5 Independent hydraulic power
pack assembly including oil
tank, hydraulic oil, seamless
piping between power pack and
cylinders and pipe fittings/
Part-2 section-VII B(iii)- supports and other accessories
Part-( i), part-(ii) A, Part-(ii)- like flexible high pressure
B, part-3, part –(iv), PART-2 hoses, pipe connectors, ball
section- VII B(iv), 2-D, valves, heavy duty pipe clamps, set 5
Section VIII-4.0.0, Part- etc. complete in all respects for
3,section IX: particular operation of above hoists as per
conditions. the technical specifications.
Note: 1. Main power pack
should not be used for flushing
and oil filling of cylinders. A
separate oil filtering cum
flushing unit shall be used.

14-09-2017 Hirakud Addl. Spillway (I) I - Page 92


Section IV - Bidding Forms (Bill of Quantities)

Rate Rate
Reference to Tech. (Rs.) (Rs.) Amount
ITEM DESCRIPTION UNIT QUANTITY
Specification In In (Rs.)
Figures Words
Note: 2. Interconnection of two
sets of adjacent gate controls
(HPUs and LCPs)
1.6 Local electrical control panel
for each hoist including all
Part-2 section-VII B(iii)- components, instruments,
Part-( i), part-(ii) A, Part-(ii)- enclosure, ducts, cabling
B, part-3, part –(iv), PART-2 between LCP & HPP, etc.
section- VII B(iv), 2-D, complete in all respects for set 5
Section VIII-4.0.0, Part- operation of HPP as per the
3,section IX: particular specification and including
conditions. "Provision for transferring
signal from local panel to Dam
control".
1.7 Trolley mounted (mobile)
petrol driven engine capable of
lifting of one radial gate at 25%
Part-2 section-VII B(iii)- of the normal speed when water
Part-( i), part-(ii) A, Part-(ii)- is stored up to FRL during
B, part-3, part –(iv), PART-2 emergency along with petrol
section- VII B(iv), 2- tank, 12 v battery, starter, set -
D,Section VIII-4.0.0, Part- exhaust pipe, preset internal
3,section IX: particular system protection pressure
conditions. relief valve, suction/discharge
hose pipes cum couplings to
connect with main power pack
assembly including trial run,

14-09-2017 Hirakud Addl. Spillway (I) I - Page 93


Section IV - Bidding Forms (Bill of Quantities)

Rate Rate
Reference to Tech. (Rs.) (Rs.) Amount
ITEM DESCRIPTION UNIT QUANTITY
Specification In In (Rs.)
Figures Words
testing and commissioning.
(Included in PRICE
SCHEDULE HM (i) : H.M.
Equipment - Gates & Hoists-
Fabrication and Delivery
Portion )

1.8 One number of oil purifier unit


(to purify hydraulic oil and to
remove water and dissolved
Part-2 section-VII B(iii)- gases) complete in all respects
Part-( i), part-(ii) A, Part-(ii)- including oil filters, hoses of
B, part-3, part –(iv), PART-2 sufficient length and size and
section- VII B(iv), 2-D, hose connectors to power pack no -
Section VIII-4.0.0, Part- including trial run, testing and
3,section IX: particular commissioning (Included in
conditions. PRICE SCHEDULE HM (i) :
H.M. Equipment - Gates &
Hoists- Fabrication and
Delivery Portion ).

14-09-2017 Hirakud Addl. Spillway (I) I - Page 94


Section IV - Bidding Forms (Bill of Quantities)

Rate Rate
Reference to Tech. (Rs.) (Rs.) Amount
ITEM DESCRIPTION UNIT QUANTITY
Specification In In (Rs.)
Figures Words
1.9 Aceess ladders, safety cage,
platform (for cylinder
inspection) and hand railing
Part-2 section-VII B(iii)- over the arms of the radial gates
Part-( i), part-(ii) A, Part-(ii)- for inspection and maintenance
B, part-3, part –(iv), PART-2 of the spillway radial gates, one
section- VII B(iv), 2-D, Foot bridge with hand railings set 5
Section VIII-4.0.0, Part- for layout of hydraulic piping &
3,section IX: particular cables at top of pier & other at
conditions. trunnion level for use during
erection, approach & inspection
& maintenance of trunnions &
its attachments.
Sub-total of 1 0
SPILLWAY STOPLOGS
2 WITH GANTRY CRANE &
LIFTING BEAM
2.1 Stop log units (Vertical lift,
Slide type) for a clear opening
Part-2 section-VII B(iii)-
size of 15.00 m (w) x 2,4 m(h)
Part-( i), part-(ii) A, Part-(ii)-
(six interchangeable units &
B, part-3, part –(iv), PART-2
one non-interchangeable
section- VII B(iv), 2- set 1 0
bottom unit) with downstream
D,Section VIII-4.0.0, Part-
skin plate, stiffeners, horizontal
3,section IX: particular
girders, end vertical girders,
conditions.
rubber seal (bottom, sides)
assemblies, sliding pads, guide

14-09-2017 Hirakud Addl. Spillway (I) I - Page 95


Section IV - Bidding Forms (Bill of Quantities)

Rate Rate
Reference to Tech. (Rs.) (Rs.) Amount
ITEM DESCRIPTION UNIT QUANTITY
Specification In In (Rs.)
Figures Words
rollers, lifting & latching
arrangement, etc. complete in
all respects as per technical
specifications and drawing
number HDNS-S-152.

2.2 First stage embedded parts


Part-2 section-VII B(iii)- (anchors) in the primary
Part-( i), part-(ii) A, Part-(ii)- concrete to facilitate erection of
set 5
B, part-3, part –(iv), PART-2 second stage embedded parts of
section- VII B(iv) gate and storage pit and LT
track.
2.3 (a)Second stage embedded parts
such as sill beam, slide tracks &
side seal seats, side guides,
Part-2 section-VII B(iii)- anchor bolts, nuts & washers,
Part-( i), part-(ii) A, Part-(ii)- support angles, latching and
set 5
B, part-3, part –(iv), PART-2 storage arrangement over the
section- VII B(iv) piers ( including providing
additional bracings after final
alignment and prior to second
stage concreting) and,

14-09-2017 Hirakud Addl. Spillway (I) I - Page 96


Section IV - Bidding Forms (Bill of Quantities)

Rate Rate
Reference to Tech. (Rs.) (Rs.) Amount
ITEM DESCRIPTION UNIT QUANTITY
Specification In In (Rs.)
Figures Words
(b) embedded parts such as sill
beam covering entire bottom
and side guide in the storage
2
pits (with steel gratings--in
civilwork scope) as per
specification and drawings.
2.4 Lifting beam of adequate
capacity with automatic
Part-2 section-VII B(iii)- engaging / disengaging device
Part-( i), part-(ii) A, Part-(ii)- complete with frame, guides,
no 1
B, part-3, part –(iv), PART-2 pulleys, bearings,
section- VII B(iv) counterweight and other
accessories, etc. complete in all
respects as per specifications.
2.5 Travelling outdoor gantry crane
with cross-travel arrangement,
pendent operated of adequate
capacity along with necessary
structural, mechanical and
Part-2 section-VII B(iii)- electrical control equipments
Part-( i), part-(ii) A, Part-(ii)- including gantry track rails
no 1
B, part-3, part –(iv), PART-2 (extended up to parking/
section- VII B(iv) storage pit)/embedded parts/
end stoppers, counter weight
and other accessories complete
in all respects in accordance
with the technical specifications
and drawings for safe operation

14-09-2017 Hirakud Addl. Spillway (I) I - Page 97


Section IV - Bidding Forms (Bill of Quantities)

Rate Rate
Reference to Tech. (Rs.) (Rs.) Amount
ITEM DESCRIPTION UNIT QUANTITY
Specification In In (Rs.)
Figures Words
of spillway stoplogs along with
lifting beam.
Sub-total of 2
Instrumentation & Dam
3
Control System
3.1 Centralised control system
complete with all accessories to
operate, control and monitor
Part-2 section-VII B(iii)- individual spillway radial gates
Part-( i), part-(ii) A, Part-(ii)- located in Dam Control
set -
B, part-3, part –(iv), PART-2 Room(Included in PRICE
section- VII B(iv) SCHEDULE HM (i) : H.M.
Equipment - Gates & Hoists-
Fabrication and Delivery
Portion).
3.2 Reservoir water level
measuring instrument and
indication/alarm at two
locations (Included in PRICE
-do- set -
SCHEDULE HM (i) : H.M.
Equipment - Gates & Hoists-
Fabrication and Delivery
Portion ).

14-09-2017 Hirakud Addl. Spillway (I) I - Page 98


Section IV - Bidding Forms (Bill of Quantities)

Rate Rate
Reference to Tech. (Rs.) (Rs.) Amount
ITEM DESCRIPTION UNIT QUANTITY
Specification In In (Rs.)
Figures Words
3.3 Water level measuring and
indication equipment for
balancing water head for
spillway stoplog gate (Included
-do- set -
in PRICE SCHEDULE HM
(i) : H.M. Equipment - Gates
& Hoists- Fabrication and
Delivery Portion).
3.4 Uninterruptible power source
(Battery back-up) for a
minimum of 30 minutes to Dam
control system (Dam)
-do- (Included in PRICE set -
SCHEDULE HM (i) : H.M.
Equipment - Gates & Hoists-
Fabrication and Delivery
Portion).
Sub-total of 3

TOTAL PRICE (Item 1 to 3)

14-09-2017 Hirakud Addl. Spillway (I) I - Page 99


Section IV - Bidding Forms (Bill of Quantities)

BILL OF QUANTITIES

PRICE SCHEDULE HM (iii): H.M. Equipment - Gates & Hoists - Supply of Mandatory Spares & Tools

Price Schedule 3: Supply of Mandatory Spares and Tools at site for hydraulic gates as specified in the Part-2B (Particular Technical
Specifications)

Rate
Rate (Rs.)
Reference to Tech. (Rs.) Amount
ITEM DESCRIPTION UNIT QUANTITY
Specification. In In (Rs.)
Figures Words

A SPARES PARTS & TOOLS


1 Crest Spillway Radial Gates
Neoprene seals for one gate set 2
Part-2 section-VII
B(iii)-Part-( i), part-(ii)
a A, Part-(ii)-B, part-3,
part –(iv), PART-2
section- VII B(iv)

b -do- Seal fasteners for one gate set 2


c -do- Guide roller assemblies for one gate set 1
d -do- Complete seal kit for hydraulic cylinder set 2
Bearing for cylinder eye end (both set 2
e -do-
ends)

14-09-2017 Hirakud Addl. Spillway (I) I - Page 100


Section IV - Bidding Forms (Bill of Quantities)

Rate
Rate (Rs.)
Reference to Tech. (Rs.) Amount
ITEM DESCRIPTION UNIT QUANTITY
Specification. In In (Rs.)
Figures Words
Filter elements (pressure line & return PL-4
f -do- line) set RL-4

g -do- Pressure relief valve nos 2


h -do- Pressure gauge nos 4
i -do- Limit switches for one hydraulic hoist set 2
Sub-total of 1

2 Spillway Stoplogs

Part-2 section-VII Noninterchang


B(iii)-Part-( i), part-(ii) able Bottom
a A, Part-(ii)-B, part-3, Rubber seals set for stoplog units sets unit -1
part –(iv), PART-2 Interchangable
section- VII B(iv) unit - 2

b -do- Seal fasteners for 3 stoplog units sets 3


c -do- Guide roller assemblies nos 4
Sub-total of 2
3 Gantry Crane for spillway stoplogs
a -do- Wire rope no 1
b -do- Brake liner set 1
c -do- Brake coil set 1

14-09-2017 Hirakud Addl. Spillway (I) I - Page 101


Section IV - Bidding Forms (Bill of Quantities)

Rate
Rate (Rs.)
Reference to Tech. (Rs.) Amount
ITEM DESCRIPTION UNIT QUANTITY
Specification. In In (Rs.)
Figures Words
d -do- Hoist motor no 1
e -do- Limit switches set 1
Sub-total of 9

GRAND TOTAL (1 to 3)
Special tools , tackcles and additional
B recommended spares
Part-2 section-VII Specials tools & tackles (bidders to
a B(iii)-Part- listout) Set 1
(i)_Clause_1.8.2
Additional recommended spares (bidder
b -do- to listout) Set 1

Sub-Total of HM(i) +(ii)+(iii)=

Total Price of H M (in Words)

Note: All the spares (except Neoprene seals for Radial gates& rubber seals for stop-logs ) shall be supplied along with main equipment. Rubber
seals (bottom, sides, top and corners) shall be supplied prior to commissioning of the individual equipment. Spares supplied shall be
interchangeable with main equipment part and from the same manufacturer.

14-09-2017 Hirakud Addl. Spillway (I) I - Page 102


Section IV - Bidding Forms (Bill of Quantities)

BILL OF QUANTITIES

PRICE SCHEDULE: Electrical Works


SCHEDULE – ELE – Hirakud dam – Additional Spillway on Left Bank – Electrical Works
Rate Rate
Reference to Tech. (Rs.) (Rs.) Amount
ITEM DESCRIPTION UNIT QUANTITY
Specs. In In (Rs.)
Figures Words
1.0 Electrical Works
Extension of 11 KV overhead
Part-2 section-VII
power supply line for the existing
B(iii)-Part-(i), part-
supply point of Odisha State
(ii) A, Part-(ii)-B,
Electricity Board (OSEB) located
part-3, part –(iv),
near the left side of dam, up to the
1.1 PART-2 section- VII Km. 2.0
transformer yard located near
B(iv), 2-D, Section
generator room, complete in all
VIII-4.0.o, Part-3,
respects as per specs. Including
Section IX: Particular
supply, erection/installation &
conditions
commissioning
Part-2 section-VII
Step down transformer 11 KV/440
B(iii)-Part-(i), part-
V of capacity not lower than 250
(ii) A, Part-(ii)-B,
KvA suitable for simultaneous
part-3, part –(iv),
operation of gate motors, Gantry
1.2 PART-2 section- VII Set 1
Motors, welding transformer and
B(iv), 2-D, Section
lighting etc. Including supply,
VIII-4.0.o, Part-3,
erection/installation &
Section IX: Particular
commissioning.
conditions
Part-2 section-VII 250 kVA, 415V, 0.80 P.F. 50Hz, 3
1.3
B(iii)-Part-(i), part- phase diesel generator set with

14-09-2017 Hirakud Addl. Spillway (I) I - Page 103


Section IV - Bidding Forms (Bill of Quantities)

SCHEDULE – ELE – Hirakud dam – Additional Spillway on Left Bank – Electrical Works
Rate Rate
Reference to Tech. (Rs.) (Rs.) Amount
ITEM DESCRIPTION UNIT QUANTITY
Specs. In In (Rs.)
Figures Words
(ii) A, Part-(ii)-B, class F insulated windings, to be
part-3, part –(iv), housed in dam top control room as
PART-2 section- VII per statutory norms of the pollution
B(iv), 2-D, Section & Environmental control board
VIII-4.0.o, Part-3, complete with fuel oil tank, fuel
Section IX: Particular piping, excitation system, wiring
conditions cabling etc. as per technical
specifications. DG set shall also Set 1
include following equipment,
complete in all aspects as per Set 1
specifications Including supply,
erection/installation &
commissioning :
i) Air intake system for the DG
set as per technical
specification. Set 1
ii) AMF panel with all the
protection for alternator and
engine and suitably housed in
an enclosure fitted with all the
necessary metering and
monitoring instruments as per
technical specifications
iii) 24V DC system along with
300 AH rating battery and
Battery charger for push

14-09-2017 Hirakud Addl. Spillway (I) I - Page 104


Section IV - Bidding Forms (Bill of Quantities)

SCHEDULE – ELE – Hirakud dam – Additional Spillway on Left Bank – Electrical Works
Rate Rate
Reference to Tech. (Rs.) (Rs.) Amount
ITEM DESCRIPTION UNIT QUANTITY
Specs. In In (Rs.)
Figures Words
button starting; Piping work
complete with bends, elbows,
bellow etc. for taking away
exhaust for the DG set to
atmosphere along with
insulating materials required
for the same, complete in all
aspects as per specifications.
Part-2 section-VII
Portable diesel Generator system
B(iii)-Part-(i), part-
mounted on two – wheel trolley to
(ii) A, Part-(ii)-B,
meet a working load of 82.5 kVA,
part-3, part –(iv),
in case of exigencies, complete in
1.4 PART-2 section- VII Nos. 1
all aspects as per specifications.
B(iv), 2-D, Section
Including supply,
VIII-4.0.o, Part-3,
erection/installation &
Section IX: Particular
commissioning.
conditions
Part-2 section-VII
B(iii)-Part-(i), part-
(ii) A, Part-(ii)-B,
Control panel at transformer yard
part-3, part –(iv),
complete in all aspects as per
PART-2 section- VII
1.5 specifications. Including supply, Set 1
B(iv), 2-D, Section
erection/installation &
VIII-4.0.o, Part-3,
commissioning.
Section IX: Particular
conditions

14-09-2017 Hirakud Addl. Spillway (I) I - Page 105


Section IV - Bidding Forms (Bill of Quantities)

SCHEDULE – ELE – Hirakud dam – Additional Spillway on Left Bank – Electrical Works
Rate Rate
Reference to Tech. (Rs.) (Rs.) Amount
ITEM DESCRIPTION UNIT QUANTITY
Specs. In In (Rs.)
Figures Words
Main distribution panel with
Part-2 section-VII
required meters, switches, fuses,
B(iii)-Part-(i), part-
bus bars etc. control switches for
(ii) A, Part-(ii)-B,
supplying power to sub-distribution
part-3, part –(iv),
panels for motors spillway and for
1.6 PART-2 section- VII Set 2
lighting system of Barrage,
B(iv), 2-D, Section
complete in all aspects as per
VIII-4.0.o, Part-3,
specifications. Including supply,
Section IX: Particular
erection/installation &
conditions
commissioning.
Part-2 section-VII Sub-distribution panels with fuses,
B(iii)-Part-(i), part- control switches etc. located at - (i)
(ii) A, Part-(ii)-B, Additional Dam spillway, (ii) Main
part-3, part –(iv), distribution panel for lighting
1.7 PART-2 section- VII system of Dam complex, complete No. 8
B(iv), 2-D, Section in all aspects as per specifications.
VIII-4.0.o, Part-3, Including supply,
Section IX: Particular erection/installation &
conditions commissioning.
Part-2 section-VII PVC armored aluminum cable of
B(iii)-Part-(i), part- suitable size for connecting
(ii) A, Part-(ii)-B, transformer to control panel,
part-3, part –(iv), distribution panel, sub distribution m -
1.8
PART-2 section- VII panel & lighting system. Including
B(iv), 2-D, Section supply, erection/installation &
VIII-4.0.o, Part-3, commissioning.
Section IX: Particular (i) 150 sq.mm. m 200

14-09-2017 Hirakud Addl. Spillway (I) I - Page 106


Section IV - Bidding Forms (Bill of Quantities)

SCHEDULE – ELE – Hirakud dam – Additional Spillway on Left Bank – Electrical Works
Rate Rate
Reference to Tech. (Rs.) (Rs.) Amount
ITEM DESCRIPTION UNIT QUANTITY
Specs. In In (Rs.)
Figures Words
conditions (ii) 100 sq.mm. m 200
(iii)35 sq.mm. m 10000
(iv) 16 sq.mm. m 3000

Local control panels with MCCB


direct on line starter, single phase
preventor, power capacitor,
voltmeter, Ammeter with selectors
Part-2 section-VII
switches, indicator lamps,
B(iii)-Part-(i), part-
connectors, lugs, etc, complete in
(ii) A, Part-(ii)-B, -
all aspects as per specifications,
part-3, part –(iv),
including supply,
1.9 PART-2 section- VII
erection/installation &
B(iv), 2-D, Section
commissioning.
VIII-4.0.o, Part-3,
Section IX: Particular
conditions
i) For each gate motors of spillway No. 6
ii) For each feeder for lighting
No. 2
system of Barrage

Part-2 section-VII Cable rack over Hoist bridges of


B(iii)-Part-(i), part- spillway and on walkway bridge
(ii) A, Part-(ii)-B, and cable trench, complete in all
1.10 part-3, part –(iv), aspects as per specifications, m 150
PART-2 section- VII including supply,
B(iv), 2-D, Section erection/installation &
VIII-4.0.o, Part-3, commissioning

14-09-2017 Hirakud Addl. Spillway (I) I - Page 107


Section IV - Bidding Forms (Bill of Quantities)

SCHEDULE – ELE – Hirakud dam – Additional Spillway on Left Bank – Electrical Works
Rate Rate
Reference to Tech. (Rs.) (Rs.) Amount
ITEM DESCRIPTION UNIT QUANTITY
Specs. In In (Rs.)
Figures Words
Section IX: Particular
conditions
Stepped pipe poles complete in all
aspects as per specifications
including supply,
erection/installation &
-
commissioning
Part-2 section-VII
B(iii)-Part-(i), part-
(ii) A, Part-(ii)-B,
part-3, part –(iv),
i) Twin bracket arms for lighting
1.11 PART-2 section- VII
hoist bridges and carriageway No. 6
B(iv), 2-D, Section
located at the center of each span.
VIII-4.0.o, Part-3,
ii) Light bracket arm for walkway
Section IX: Particular No. 6
bridge
conditions
iii) Street light bracket arm for
lighting earthen dyke on left flank
and road way on right & left flanks No. 210
on u/s of spillway and on d/s
approach to foundation gallery.
Part-2 section-VII 250 watt sodium vapour lamp
B(iii)-Part-(i), part- fitting with bulb, with connecting
(ii) A, Part-(ii)-B, wire from junction box of cable
1.12 part-3, part –(iv), and fuse unit for each pole on hoist No. 18
PART-2 section- VII bridges for lighting hoist and
B(iv), 2-D, Section spillway and also for walkway
VIII-4.0.o, Part-3, bridge. Including supply,

14-09-2017 Hirakud Addl. Spillway (I) I - Page 108


Section IV - Bidding Forms (Bill of Quantities)

SCHEDULE – ELE – Hirakud dam – Additional Spillway on Left Bank – Electrical Works
Rate Rate
Reference to Tech. (Rs.) (Rs.) Amount
ITEM DESCRIPTION UNIT QUANTITY
Specs. In In (Rs.)
Figures Words
Section IX: Particular erection/installation &
conditions commissioning.
Part-2 section-VII
125 Watt high pressure mercury
B(iii)-Part-(i), part-
vapour lamp fitting with bulb with
(ii) A, Part-(ii)-B,
connecting wire from junction box
part-3, part –(iv),
of cable and fuse unit for each pole
1.13 PART-2 section- VII No. 200
on earth bund on left side and road
B(iv), 2-D, Section
way on right for lighting. Including
VIII-4.0.o, Part-3,
supply, erection/installation &
Section IX: Particular
commissioning.
conditions
Part-2 section-VII
B(iii)-Part-(i), part- 400 watt high pressure mercury
(ii) A, Part-(ii)-B, vapour lamp with connecting wire
part-3, part –(iv), from junction boxes of cable and
1.14 PART-2 section- VII fuse unit for flood lighting the No. 10
B(iv), 2-D, Section water way. Including supply,
VIII-4.0.o, Part-3, erection/installation &
Section IX: Particular commissioning.
conditions
Part-2 section-VII
Three phase power sockets with
B(iii)-Part-(i), part-
earthing pin suitable for operation
(ii) A, Part-(ii)-B,
of gantry cranes and for welding
1.15 part-3, part –(iv), No. 15
machines. Including supply,
PART-2 section- VII
erection/installation &
B(iv), 2-D, Section
commissioning.
VIII-4.0.o, Part-3,

14-09-2017 Hirakud Addl. Spillway (I) I - Page 109


Section IV - Bidding Forms (Bill of Quantities)

SCHEDULE – ELE – Hirakud dam – Additional Spillway on Left Bank – Electrical Works
Rate Rate
Reference to Tech. (Rs.) (Rs.) Amount
ITEM DESCRIPTION UNIT QUANTITY
Specs. In In (Rs.)
Figures Words
Section IX: Particular
conditions
Part-2 section-VII
B(iii)-Part-(i), part-
Earthing of all equipment and
(ii) A, Part-(ii)-B,
lighting protection, complete in all
part-3, part –(iv),
aspects as per specifications.
1.16 PART-2 section- VII Set 4
Including supply,
B(iv), 2-D, Section
erection/installation &
VIII-4.0.o, Part-3,
commissioning.
Section IX: Particular
conditions
Part-2 section-VII
B(iii)-Part-(i), part- Main distribution board and feeder
(ii) A, Part-(ii)-B, for all HM equipment at Dam
part-3, part –(iv), complex with necessary auxiliaries,
1.17 PART-2 section- VII complete in all respects as per No 5
B(iv), 2-D, Section specifications. Including supply,
VIII-4.0.o, Part-3, erection/installation &
Section IX: Particular commissioning.
conditions
TOTAL
Note:-Please see preamble-A & B above
Sub Total of ELE =Rs.

14-09-2017 Hirakud Addl. Spillway (I) I - Page 110


Section IV - Bidding Forms (Bill of Quantities)

PRICE SCHEDULE: ESHS : Environment, Social, Health & Safety :


SCHEDULE – ESHS – Hirakud dam – Additional Spillway on Left Bank – Environmental & Social Safeguards Measures
Rate
Rate (Rs.)
Reference to (Rs.) Amount
ITEM DESCRIPTION UNIT QUANTITY
Tech. Specs. In In (Rs.)
Figures Words
ESS 1.0 Section 1.4.1 Monitoring of Environmental Attributes during
Environmental construction period of 36 months with test
Monitoring results and dated coloured digital photographic
Plan of EMP records certified by the Engineer
as Appendix- 3.1 Continuous Ambient Air Quality Monitoring monthly 36
ENV A under through Computerised automatic Continuous
PART-2 Ambient Air Quality Monitoring System and
SECTION-VII- compilation of daily reports
E (ii) 3.2 Noise quality monitoring No. Of 144
Sample
3.3 Surface water quality No. Of 18
Sample
3.4 Ground Water quality No. Of 18
Sample
3.5 Soil Quality No. Of 12
Sample
ESS.2.0 Clause B.11.5. Conducting quarterly HIV/AIDS Awareness No. Of 12
HIV/AIDS Programme and testing on site , on quarterly basis , Training
Awareness for not less than 90% of all workers including camps
Programmes migrant and local labours as well as willing persons including
(Table No.1-4) from surroundings through approved specialised Diagnostic
and agency with approval from Engineer-In-Charge, tests
Section 1.4.1 Provide and maintain condom dispenser at base
Environmental camp and labour camp, Provide and maintain
Monitoring HIV/AIDS awareness posters, etc, inclusive of
Plan of EMP direct and indirect costs.
as Appendix-
ENV A under

14-09-2017 Hirakud Addl. Spillway (I) I - Page 111


Section IV - Bidding Forms (Bill of Quantities)

SCHEDULE – ESHS – Hirakud dam – Additional Spillway on Left Bank – Environmental & Social Safeguards Measures
Rate
Rate (Rs.)
Reference to (Rs.) Amount
ITEM DESCRIPTION UNIT QUANTITY
Tech. Specs. In In (Rs.)
Figures Words
PART-2
SECTION-VII-
E (ii) and
Section-VII F
ESS-3.0 B.11 Camp Sanitation Facilities at Workers camp & work No.
Site site:
Management of 5.1 5.1.1 Construction and provision of Toilets and No. 10
EMP Table 1-4 bathroom units with septic tanks and soackpit for
of EMP (Table male and female workers separately in the camp site
No.1-4) EMP as per specification of Swatch Bharat Abhiyaan/
as Appendix- CPWD with proper water supply, drainage system, 36
ENV A under electric supply and proper access.
PART-2 5.1.2 The units shall be maintained by daily Month
SECTION-VII- cleaning twice a day
E (ii) 6
5.1.3 white wash/colouring every six months. Six
monthly
5.2 5.2.1 Mobile toilets on wheel (5 units each Toilet No 10
and Bathroom) with proper water supply and
drainage system, electric supply and safe access at
work site locations.

5.2.2 To ensure daily cleaning of toilet units twice a month 36


day till operation of the unit.
Six 6
5.2.3 Painting at every six months monthly
ESS. 4.0 Clause No. B.1 Redevelopment of Borrow area identified within Sq m 100000
of Table No.1-4 dam area by levelling the ground matching with the
under EMP as surrounding slope as per Environmental
Appendix-ENV Management Plan and direction of the Engineer-In-

14-09-2017 Hirakud Addl. Spillway (I) I - Page 112


Section IV - Bidding Forms (Bill of Quantities)

SCHEDULE – ESHS – Hirakud dam – Additional Spillway on Left Bank – Environmental & Social Safeguards Measures
Rate
Rate (Rs.)
Reference to (Rs.) Amount
ITEM DESCRIPTION UNIT QUANTITY
Tech. Specs. In In (Rs.)
Figures Words
A under PART- Charge
2
SECTION-VII-
E (ii)
ESS-5.0 Clause No. Hard barricading with suitably painted with retro- Running m 4000
B.10 of Table reflective paints and safety slogans single row of
No.1-4 under about 1 m wide G.I. Sheets nailed or bolted with
EMP as wooden poles spaced 2 to 3 metre apart and each
Appendix-ENV pole 1.6 m to 2 m long 8 cm. to 10 cm. dia. The
A under PART- poles will be embedded suitably framed below
2 the ground for giving stable support as per
SECTION-VII- direction of the Engineer including watch and
E (ii) ward, maintenance, repair/replacement of
damaged boards & parts.
ESS-6.0 As Section As environmental enhancement measures No. 10
1.3.1 of EMP as development of 10 numbers of earthen fishery
Appendix-ENV ponds of half acre area (4047 Sq m) each within
A under PART- Dam area in consultation and expert guidance of
2 Fishery Department at locations identified by the
SECTION-VII- Dam Authority and as per drawing approved by the
E (ii) Engineer-In-Charge/Dam Authority & Fishery
Department
Sub –Total of ESHS = INR
Note1: The payment for ESHS requirements shall be a subsidiary obligation of the Contractor covered under the prices quoted for other Bill of Quantity items.
Note2: However, few items as stated above have been identified in BOQ for which payment shall be made upon execution. The rate quoted shall be applicable for quantities
required for EMP implementation irrespective of their variation in quantity. Therefore the clause in variation in quantities shall not be applicable for ESHS requirements.
Note3 : Payment terms are stated in Section-IX – Particular Conditions (PC) – 4. in Volume : Part 3
Note 4 : The issue of Interim Payment Certificates shall be as per provision stated at sub- Clause 14.6 (c ) Section IX –(PC) Part-B : Specific Provisions (III-Page 155 & 156) in
Volume Part 3

14-09-2017 Hirakud Addl. Spillway (I) I - Page 113


Section IV - Bidding Forms

TECHNICAL
QUALIFICATION
PROPOSAL
[ To Be Filled as Declaration by Bidder]

14-09-2017 Hirakud Addl. Spillway (I) I - Page 114


Section IV - Bidding Forms

FORM : TECHNICAL PROPOSAL

The bidder shall submit as part of the bid a Technical Proposal (defined in general below and
in detail in the Works Requirement / Technical Specification) that fully defines the scope of
both the preparation of Drawings for Construction and the construction techniques.
The Technical Proposal shall include the following section and relevant forms as described in
the ITB:

• Management Structure and Systems

• Scheme for preparation of Construction Drawing

• Construction Method Statement

• Construction Schedule

• Equipment Schedule

• Personnel Deployment Schedule

MANAGEMENT STRUCTURE AND SYSTEMS


The bidder shall provide details of systems that the bidder / contractor will utilize to
successfully deliver this project, including, but not limited to:

• Organizational Structure (at HQ and site)

• Quality Assurance

• Health and Safety , Environment Management

• Internal and external communication

• Formal reporting (organization chart)

• Cost and time management

• Planning & Monitoring, M.I.S.

• Risk Management

SCHEME : Preparation of Construction Drawings


The bidder shall provide details of successfully deliver this project, including, but not limited
to:

• Overall Performance

• Philosophy of Preparation of Detail Construction Drawings

• Standards and Codes

14-09-2017 Hirakud Addl. Spillway (I) I - Page 115


Section IV - Bidding Forms

• Specifications

• Schedule of release of Construction Drawings

• Approvals with & from Engineering-in-charge

• The capability to meet the requirements for detail construction drawings with the help
of latest software

• List of software

CONSTRUCTION METHOD STATEMENT


A detailed Construction Method Statement shall be developed for both the Project as a Whole
and the individual components of it. This statement shall include (as a minimum) addressing
the following areas:

• Project Management, including interaction with the client and interface interaction
with H.M. and E&M vendors

• Health and Safety provisions, particularly emergency situations

• Environmental Management Plan, incorporating EIA requirements

• Liaison with the local communities and legal authorities

• Construction and Operation of the Contractors Camp and his other facilities etc.

• Construction of Earthen dam, spill channel with concrete training walls

• Concrete production

• Dam construction

• Preparation of Fabrication drawings &procurement , fabrication installation of hydro


mechanical equipment

• Excavation, support system, Key equipment resources, including requirements for


hoisting, excavation, blasting, and concrete batching

• Maintenance of the Access Roads

• Stabilization and treatment of slopes in dam &basin area etc.

• General Statement

BASELINE PROGRAMME / CONSTRUCTION SCHEDULE


The Bidder shall provide a Baseline Programme with the bid.
The Baseline Programme shall detail the full scope of the works taking into account the
complex nature and different phases and aspects of the Contract, and shall be accompanied
by detailed supporting information sufficient to demonstrate through the sequence and
duration of activities that the plans are achievable and realistic and that the works to be
undertaken can meet the requirements of the Project as detailed in Part – 2 Section VI – A -

14-09-2017 Hirakud Addl. Spillway (I) I - Page 116


Section IV - Bidding Forms

2 Interfaces and Schedules. The Employer has prepared his “own schedule” to provide a
basis for specifying completion times for the works, and identifying main interfaces between
contractors. This schedule is included in the bid documents for information only and shall not
form part of the contract documents. The Bidder shall prepare his own schedule taking into
account the resources he plans to commit to the project and his own estimates of progress of
the various activities.
This Baseline Programme shall include details of resources required across the duration of
the project, and shall clearly identify the interfaces with other Contractors as indicated in the
Contract Documents.
The Baseline Programme shall be used for monitoring and evaluating all facets of Contractor
performance including, but not limited to, progress, payment schedules, variations, claims
and delays.
Programmes shall be organized in a logical work breakdown structure including work stages
or phases and each activity shall be coded to indicate, as a minimum, the work group or entity
responsible for the activity, the area, facility or location.
The Baseline Programme activities shall be discrete items of work, which when combined
produce definable elements, components, stages, or Sections of the Works. Activity
descriptions shall clearly illustrate the nature and scope of the Contract.
The programming method used shall be Critical Path Method (CPM) format using time
scaled precedence diagramming methods and shall be time-scaled on monthly basis from the
Commencement Date to show a continuous flow of information form left to right.

Detail Construction Drawings


The Bidder shall submit full calculations and detail construction drawings for all structure
which shall take into account all external loads and all loads imposed by the geometry and
operation. Full details of assembling devices and water proofing/sealing measures specialized
item use, shall also be provided by the Bidder.

Construction Method Statement


Bidder shall provide full details of functioning of equipment’s (including operation and
maintenance) and backup facilities. Bidder shall also submit arrangements for power supply
for operation which shall not be arranged by the Employer.
Bidder shall also provide full details about the manufacture, storage and transport of
manufactured items & bought-outs until the erection stage, including H.M. components.
Construction Schedule
The Bidder shall provide the construction schedule based on advance rates for the various
operations presented in his Method Statement. The advance rates for equipment’s & their
operations shall at least conform to the minimum requirements set out in the technical
specifications and he shall demonstrate the ability to achieve such advance rates based on the
machine design and prior experience with similar equipment under comparable conditions.
Schedule should also allow for contingencies in the event of adverse conditions.

14-09-2017 Hirakud Addl. Spillway (I) I - Page 117


Section IV - Bidding Forms

Site Organization
(with H.Q. / Corp. Center organization , with inter linkage also)

14-09-2017 Hirakud Addl. Spillway (I) I - Page 118


Section IV - Bidding Forms

Method Statement
(Bidder to consolidate it , apart from attaching the method(s), of his proposed associate
identified specialized firm or each member of J V )

14-09-2017 Hirakud Addl. Spillway (I) I - Page 119


Section IV - Bidding Forms

Mobilization Schedule
(CONSTRUCTION & H.M., Electrical, ESHS Portions) (OWNER’s proposed
Construction Schedule attached as reference document with bidding purpose Drawings)

14-09-2017 Hirakud Addl. Spillway (I) I - Page 120


Section IV - Bidding Forms

Construction Schedule (Base line)


Including H.M. (Fabrication / manufacture & erection) Electrical and ESHS Works

14-09-2017 Hirakud Addl. Spillway (I) I - Page 121


Section IV - Bidding Forms

ESHS Management Strategies and Implementation Plans

(ESHS-MSIP)

[Note to Employer: modify the text in italics in the numbered points below, to name the
appropriate documents.]

The Bidder shall submit comprehensive and concise Environmental, Social, Health and
Safety Management Strategies and Implementation Plans (ESHS-MSIP) as required by ITB
11.1 (h) of the Bid Data Sheet. These strategies and plans shall describe in detail the actions,
materials, equipment, management processes etc. that will be implemented by the Contractor,
and its subcontractors.

In developing these strategies and plans, the Bidder shall have regard to the ESHS provisions
of the contract including those as may be more fully described in the following:

1. [the Works Requirements described in Section VII];


1. [Environmental Impact Assessment (EIA) and Social Impact Assessment (SIA)];
2. [Environmental Management Plan (EMP)];

3. [Resettlement Action Plan] (Compliance with RAP will be the responsibility of


Employer)
4. [Consent Conditions (regulatory authority conditions attached to any permits or
approvals for the project)]; No consent has been taken by the Employer. Forest
clearance and permission for tree felling haves been taken up by the Employer and are
in progress. The statutory Consent, permits/ licenses shall be the responsibility of the
Contractor and the conditions stipulated under such statutory permissions/clearance
will be binding on the Contractor. and
5. [specify any other relevant document/s]

14-09-2017 Hirakud Addl. Spillway (I) I - Page 122


Section IV - Bidding Forms

Code of Conduct:
Environmental, Social, Health and Safety (ESHS)

[Note to Employer: modify the text in italics in the numbered points below, to name the
appropriate documents.]

The Bidder shall submit the Code of Conduct that will apply to the Contractor’s employees
and subcontractors as required by ITB 11.1 (h) of the Bid Data Sheet. The Code of Conduct
shall ensure compliance with the ESHS provisions of the contract, including those as may be
more fully described in the following:
2. [the Works Requirements described in Section VII];
3. [Environmental Impact Assessment (EIA) and Social Impact Assessment (SIA)];
4. [Environmental Management Plan (EMP)];
5. [Consent Conditions (regulatory authority conditions attached to any permits or
approvals for the project)]; and No consent has been taken by the Employer. Forest
clearance and permission for tree felling haves been taken up by the Employer and
are in progress. The statutory Consent, permits/ licenses shall be the responsibility of
the Contractor and the conditions stipulated under such statutory permissions /
clearance will be binding on the Contractor.
6. [specify any other relevant document/s]

In addition, the Bidder shall submit an outline of how this Code of Conduct will be
implemented. This will include: how it will be introduced into conditions of
employment/engagement, what training will be provided, how it will be monitored and how
the Contractor proposes to deal with any breaches.

14-09-2017 Hirakud Addl. Spillway (I) I - Page 123


Section IV - Bidding Forms

FORM EQU: Equipment Declaration


The bidder shall provide adequate information to demonstrate clearly that it has the capability
to meet the requirements for the key equipment. A separate Form shall be prepared for each
item of equipment or for alternative equipment proposed by the bidder.
(Bidder or his proposed associate identified specialized firm or each member of JV)
( also state main & two alternate for each equipment )

Maximum
ageas on No. No. Remarks
Minimum No. to & de
Details of date of
Sl. No Capacity Number Propose be new tails
Equipment submission
Required d & hired purcha
of bid owned se At
(years)

Hydraulic
1 1.0-1.5 Cum 5 10
Excavator

Concrete
20 to 60 mm
2 Vibrators 5 25
dia. needle
(Electrical)

(a)Tipper 7.5-10 T 5 60
3
(b) Truck 7.5-10 T 5 10

Water Tank 5000-10000


4 5 5
Lorry Lit

Pneumatic 20 to 60 mm
5 5 10
Vibrator dia needle

6 Transit mixer 4 cum 5 8

Air Compressor
7 500 CFM 5 6
(Diesel)

Air Compressor
8 750 CFM 5 3
(Elect.)

Air Compressor
9 350 CFM 5 10
(Tyre mounted)
of reputed
10 Air-track drills Manufacturer
5 10

of reputed
11 Wagon drills Manufacturer
5 10

5 HP to 25
12 Water Pumps 5 30
HP

14-09-2017 Hirakud Addl. Spillway (I) I - Page 124


Section IV - Bidding Forms

Maximum
ageas on No. No. Remarks
Minimum No. to & de
Details of date of
Sl. No Capacity Number Propose be new tails
Equipment submission
Required d & hired purcha
of bid owned se At
(years)

13 Generator 250 KVA 5 8

Single
Phase,
Welding Input5KVA, 5 20
14 Output-20 to
Machine
160Amp.

Concrete i) 120
5 1
15 Batching Plant m3/hr.

Mobile Self
Loading,
Weigh-Batching
15A 6 m3 2 4
& Mixing &
transporting
Mixtures

i) 10 T
5 2
ii) 10 T
16 Road Roller (Viberat 5 3
ory)

Shuttering & 1000 Sqm.


17 centering steel (0.60x1.20) 1year 1000 Sqm.
plates m

Aggregate
18 300 TPH 4 1
Processing Plant

Shot crete
Machines Dry & 4 2
19
(CIFA) for Wet 4 2
SFRS

Truck-mounted 25-30
20 Hydraulic 3
Concrete Pumps m3/hr 3

Grout
Set as per
21 Equipment- 5 8
specification
Complete

14-09-2017 Hirakud Addl. Spillway (I) I - Page 125


Section IV - Bidding Forms

Maximum
ageas on No. No. Remarks
Minimum No. to & de
Details of date of
Sl. No Capacity Number Propose be new tails
Equipment submission
Required d & hired purcha
of bid owned se At
(years)

Cranes:-
22 25T & 50T 5 6
Hydra/ Groove

10T, 25-
23 Tower Cranes 5 3
30m radius

Adequate
24 D.G.Set 3 3
capacity

Workshop &
25 As per plan
spares

As per
Q C Lab –soil &
26 Specificatio
concrete
ns

27 Chilling Plant Adequate 1 1

Ordinary
28 Jack Hammers 3 10
pneumatic

Non-Nuclear of reputed
29 Manufacturer
2 2
Density Testers

14-09-2017 Hirakud Addl. Spillway (I) I - Page 126


Section IV - Bidding Forms

SAMPLE FORMAT FOR DETAILING OUT


EACH EQUIPMENT

Item of equipment

Equipment Name of manufacturer Model and power rating


information

Capacity Year of manufacture

Current status Current location

Details of current commitments

Source Indicate source of equipment Owned  Rented


 Lease  Specially manufactured  To be purchased
** Deployed at other site & its Time of “Free for Deployment” duly
certified by present Employer

Omit the following information for equipment owned by the bidder.

Owner Name of owner:

Address of owner:

Telephone Contact name & title

Fax Telex

Agreement Details of rental / lease / manufacture/ purchase agreements specific to the


project:

14-09-2017 Hirakud Addl. Spillway (I) I - Page 127


Section IV - Bidding Forms

PERSONNEL
FORM PER-1: Proposed Personnel
Bidder should provide the names of suitably qualified personnel to meet the specified
requirements stated in Section III. The data on their experience should be supplied using the
Form below for each candidate.
(Bidder or his proposed associate identified specialized firm or each member of J V )
(also state main & two alternate names for each position )

Construction Personnel
Minimu
No.of no. of
Minimum m Name &
Designation of Minimum foreign Indian
Sl qualificati experienc CV
personnel years of No. Engr Engr
No on e in FILL At
position) experience available available
Degree similar appendix-
/ hired / hired
work
Overall Project
C1 Civil 20 15 1
Manager

Degree/P
G
Diploma
C in Safety
Safety Manager 10 6 1
Managem
2(a)
ent/
Industrial
Safety

Diploma/
C PG
Supervisor diploma in 5 3 1
2(b) Safety -1 Safety
Managem
ent
Diploma/
C PG
Supervisor diploma in 5 3 1
2(c ) Safety -2 Safety
Managem
ent
PG in
Environm
ental
Environmental
C3(a) Sciences/ 15 10 1
Manager
Engineerin
g or
equivalent

PG in
Social Cum
Sociology/
Community
C3(b) Social 10 5 1
Liaison
Science or
Specialist
equivalent

14-09-2017 Hirakud Addl. Spillway (I) I - Page 128


Section IV - Bidding Forms

Minimu
No.of no. of
Minimum m Name &
Designation of Minimum foreign Indian
Sl qualificati experienc CV
personnel years of No. Engr Engr
No on e in FILL At
position) experience available available
Degree similar appendix-
/ hired / hired
work
GEOLOGIST /
Civil /
Geotechnical / 1 (part-
C4 Geotechni 15 10
Survey / soil time )
cal
Engineer

Quality
Assurance
Manager with
Q C and site lab Civil and
C5 –in-charge(s) Mechanica 15 10 1+
(civil- ful time l
& Mechanical –
electrical – part
time)

Dam Site
C6 Civil 20 15 1
Manager

SPILL-WAY
C7 Civil 20 15 2
Site Manager

One at
each
C8 Dyke Civil 20 15
locatio
n

Site Manager,
Survey ,
measurement &
C9 Civil 20 15 3
billing ,
execution &
supervision,

Planning &
Monitoring &
C10 Material Civil 15 10 1
Purchase
Manager

Construction Civil /
C11 Equipment Mechanica 15 10 2
Manager l

Degree /
C-12 Site Engineers Diploma in 12 7 4
Civil Eng./
Mech. Eng.
Matriculation
C-13 Work Supervisors 15 5 3
/ ITI Trained

Hydro-
Mechanical
Works

14-09-2017 Hirakud Addl. Spillway (I) I - Page 129


Section IV - Bidding Forms

Minimu
No.of no. of
Minimum m Name &
Designation of Minimum foreign Indian
Sl qualificati experienc CV
personnel years of No. Engr Engr
No on e in FILL At
position) experience available available
Degree similar appendix-
/ hired / hired
work
Works Manager
& factory
HM-1 engineers , Mechanical 15 12 1
workers team

Hydro-
Mechanical –site
erection
Erection Engr, &
HM-2 specialised work Mechanical 10 8 3
erection team

Electrical
E-1 Installation Electrical 7 5 01
Engineer

1. Title of position *

Name

2 Title of position *

Name

3 Title of position *

Name

4 Title of position *

Name

* As listed in Section III

14-09-2017 Hirakud Addl. Spillway (I) I - Page 130


Section IV - Bidding Forms

FORM PER-2: Resume of Proposed Personnel


(Bidder or his proposed associate identified specialized firm or each member of J V)
( also state main & two alternate names for each position )

Name of bidder:

Position

Personnel Name: Date of birth:


Information
Professional qualifications:

Present Name of employer:


employment
Address of employer:

Telephone: Contact (Manager / Personnel Officer)

Fax: e-mail:

Job title: Year with present employer:

Summarize professional experience over the last 25/20/15 years in reverse chronological
order. Indicate particular technical and managerial experience relevant to the project.

From To Company / Project / Position / Similar work experience as


Relevant technical & proposed
managerial experience

14-09-2017 Hirakud Addl. Spillway (I) I - Page 131


Section IV - Bidding Forms

FORM PER-2 (Cont.): Details of Manpower to be


Deployed

Preparation of Construction Drawing Services for Hirakud Dam –


Additional Spillway Complex on Left Bank of Mahanadi River
We hereby declare that the following are the “details of manpower to be deployed” for
carrying out the Construction Drawing for Hirakud Dam – Additional Spillway Complex on
Left Bank of Mahanadi river in accordance with clause 6.7 of Technical Specification.
No. Position / Level / job area for Total In Similar In Similar
preparation of construction works works works
drawings experience experience experience
Required
Required Available
(Years) (Years)
(Years)

Personnel FILL At
appendix-

D1 (a) Head Senior for Project 20 15


Management at HQ
(b) Site Representation on
monthly meeting & as & when
required for clarifications on
Engineering aspects 15 10

D2 Dam and Hydraulic Structures 15 10

D3 Structural Drawing 15 10

D4 Geologiest (Part Time) 15 10

D5 Geotechnical Engineer / 15 10
Geologist

D6 Civil Specialist 15 10

D7 Electrical Engineer (partly) 15 10

D8 Mechanical Engineer, 15 10
Specializing in Hydro
Mechanical Equipment (partly)

D9 Senior Manager Coordination 15 12


& Monitoring

Category I – Specialist / Engg. Expert having experience more than 15 years.


Category II – Specialist / Engg. Expert having experience between 8 -15 years.

14-09-2017 Hirakud Addl. Spillway (I) I - Page 132


Section IV - Bidding Forms

FORM PER-2(Cont.) : Qualified and Experienced


Engineers
Preparation of Construction Drawing for Hirakud Dam –
Additional Spillway Complex on Left Bank of Mahanadi River
We hereby declare that we have adequate organisation for “Preparation of Detail
Construction Drawing Capabilities” and necessary qualified and experienced engineers to
perform the work properly and substantiate the same with the following details:

S. No. Description of Engineering Document enclosed in support of


capabilities of Experts statement

14-09-2017 Hirakud Addl. Spillway (I) I - Page 133


Section IV - Bidding Forms

BIDDERS QUALIFICATION
WITHOUT PREQUALIFICATION Form ELI -1.1:
Bidder Information Form
Date: _________________
ICB No. and title: _________________
Page __________of _______________pages

Bidder's name
In case of Joint Venture (JV), name of each member:
Bidder's actual or intended country of registration:
[indicate country of Constitution]
Bidder's actual or intended year of incorporation:

Bidder's legal address [in country of registration]:

Bidder's authorized representative information


Name: _____________________________________
Address: ___________________________________
Telephone/Fax numbers: _______________________
E-mail address: ______________________________
1. Attached are copies of original documents of
 Articles of Incorporation (or equivalent documents of constitution or association), and/or
documents of registration of the legal entity named above, in accordance with ITB 4.3.
 In case of JV, letter of intent to form JV or JV agreement, in accordance with ITB 4.1.
 In case of Government-owned enterprise or institution, in accordance with ITB 4.5
documents establishing:
• Legal and financial autonomy
• Operation under commercial law
• Establishing that the Bidder is not dependent agency of the Employer
2. Included are the organizational chart, a list of Board of Directors, and the beneficial
ownership.

14-09-2017 Hirakud Addl. Spillway (I) I - Page 134


Section IV - Bidding Forms

Form ELI -1.2: Bidder’s JV Information Form


(to be completed for each member of Bidder’s JV)

Date: _______________
ICB No. and title: __________________
Page _______________ of ____________ pages

Bidder’s JV name:

JV member’s name:

JV member’s country of registration:

JV member’s year of constitution:

JV member’s legal address in country of constitution:

JV member’s authorized representative information


Name: ____________________________________
Address: __________________________________
Telephone/Fax numbers: _____________________
E-mail address: _____________________________
1. Attached are copies of original documents of
 Articles of Incorporation (or equivalent documents of constitution or association), and/or
registration documents of the legal entity named above, in accordance with ITB 4.3.
 In case of a Government-owned enterprise or institution, documents establishing legal and
financial autonomy, operation in accordance with commercial law, and absence of dependent
status, in accordance with ITB 4.5.
2. Included are the organizational chart, a list of Board of Directors, and the beneficial ownership.

14-09-2017 Hirakud Addl. Spillway (I) I - Page 135


Section IV - Bidding Forms

Form CON – 2: Historical Contract Non-Performance,


Pending Litigation and Litigation History
(Bidder’s proposed associate identified specialized firm or each member of J V)
Bidder’s Name:____________________________
Date: _____________________________________
JV Member’s Name_________________________
ICB No. and title: ___________________________
Page _______________of ______________pages

Non-Performed Contracts in accordance with Section III, Evaluation and Qualification Criteria
 Contract non-performance did not occur since [insert year] specified in Section III, Evaluation
and Qualification Criteria, Sub-Factor 2.1.
 Contract(s) not performed since [insert year] specified in Section III, Evaluation and
Qualification Criteria, requirement 2.1
Year Non- Contract Identification Total Contract
performed Amount (INR
portion of current value),
contract (exchange rate
INR60 = USD-1
or equivalent)
[insert [insert amount Contract Identification: [indicate complete contract[insert amount]
year] and percentage] name/ number, and any other identification]
Name of Employer: [insert full name]
Address of Employer: [insert street/city/country]
Reason(s) for non performance: [indicate main
reason(s)]
Pending Litigation, in accordance with Section III, Qualification Criteria and Requirements
 No pending litigation in accordance with Section III, Qualification Criteria and Requirements,
Sub-Factor 2.3.
 Pending litigation in accordance with Section III, Evaluation and Qualification Criteria, Sub-
Factor 2.3 as indicated below.

14-09-2017 Hirakud Addl. Spillway (I) I - Page 136


Section IV - Bidding Forms

Year of Amount in Contract Identification Total


dispute dispute Contract
(currency) Amount (INR
currency),
USD
[Exchange
rate INR 60 =
USD 1 or
equivalent]
Contract Identification: _________
Name of Employer: ____________
Address of Employer: __________
Matter in dispute: ______________
Party who initiated the dispute: ____
Status of dispute: ___________

 No pending litigation in accordance with Section III, Evaluation and Qualification


Criteria, Sub-Factor 2.3.
 Pending litigation in accordance with Section III, Evaluation and Qualification Criteria,
Sub-Factor 2.3 as indicated below.
Total
Outcome as
Year of Contract
percentage of Net Contract Identification
award Amount (INR
Worth
currency)
Contract Identification :
Name of Employer :
Address of Employer :
Matter in dispute :
Party who initiated the dispute:
Status of dispute :

14-09-2017 Hirakud Addl. Spillway (I) I - Page 137


Section IV - Bidding Forms

Form CON – 3
Environmental, Social, Health, and Safety

Performance Declaration
[The following table shall be filled in for the Bidder, each member of a Joint Venture and each
Specialized Subcontractor]

Bidder’s Name: [insert full name]


Date: [insert day, month, year]
Joint Venture Member’s or Specialized Subcontractor’s Name: [insert full name]
ICB No. and title: [insert ICB number and title]
Page [insert page number] of [insert total number] pages

Environmental, Social, Health, and Safety Performance Declaration in accordance with Section
III, Qualification Criteria, and Requirements
 No suspension or termination of contract: An employer has not suspended or terminated
a contract and/or called the performance security for a contract for reasons related to
Environmental, Social, Health, or Safety (ESHS) performance since the date specified in
Section III, Qualification Criteria, and Requirements, Sub-Factor 2.5.
 Declaration of suspension or termination of contract: The following contract(s)
has/have been suspended or terminated and/or Performance Security called by an
employer(s) for reasons related to Environmental, Social, Health, or Safety (ESHS)
performance since the date specified in Section III, Qualification Criteria, and
Requirements, Sub-Factor 2.5. Details are described below:
Year Suspended or Contract Identification Total Contract Amount
terminated (current value, currency,
portion of exchange rate and US$
contract equivalent)
[insert [insert amount Contract Identification: [indicate [insert amount]
year] and complete contract name/ number, and
percentage] any other identification]
Name of Employer: [insert full name]
Address of Employer: [insert
street/city/country]
Reason(s) for suspension or
termination: [indicate main reason(s)]
[insert [insert amount Contract Identification: [indicate [insert amount]
year] and complete contract name/ number, and
percentage] any other identification]
Name of Employer: [insert full name]
Address of Employer: [insert
street/city/country]

14-09-2017 Hirakud Addl. Spillway (I) I - Page 138


Section IV - Bidding Forms

Reason(s) for suspension or


termination: [indicate main reason(s)]
… … [list all applicable contracts] …
Performance Security called by an employer(s) for reasons related to ESHS performance
Year Contract Identification Total Contract Amount
(current value, currency,
exchange rate and US$
equivalent)
[insert Contract Identification: [indicate complete contract[insert amount]
year] name/ number, and any other identification]
Name of Employer: [insert full name]
Address of Employer: [insert street/city/country]
Reason(s) for calling of performance security: [indicate
main reason(s)]

14-09-2017 Hirakud Addl. Spillway (I) I - Page 139


Section IV - Bidding Forms

Form FIN – 3.1: Financial Situation and Performance


(Bidder ‘s proposed associate identified specialized firm or each member of J V)

Bidder’s Name: ________________


Date: ______________________
JV Member’s Name_________________________
ICB No. and title: ___________________________
Page _______________of ______________pages
1. Financial data
All figure in INR
Type of Financial information Historic information for previous _________years,
in
______________
(currency)
(amount in INR currency)
Year 1 Year 2 Year 3 Year4 Year 5

Statement of Financial Position (Information from Balance Sheet)

Total Assets (TA)

Total Liabilities (TL)

Total Equity/Net Worth (NW)

Current Assets (CA)

Current Liabilities (CL)

Working Capital (WC)

Information from Income Statement

Total Revenue (TR)

Profits Before Taxes (PBT)

Cash Flow Information

Cash Flow from Operating


Activities

* exchange rate INR 60 = USD-1 or equivalent currency

14-09-2017 Hirakud Addl. Spillway (I) I - Page 140


Section IV - Bidding Forms

2. Sources of Finance
Specify sources of finance to meet the cash flow requirements on works currently in progress
and for future contract commitments.

Source of finance Amount in INR


No.
( INR 60 = USD-1)

3. Financial documents
The Bidder and its parties shall provide copies of financial statements for Five years pursuant
Section III, Evaluation and Qualifications Criteria, Sub-factor 3.1. The financial statements shall:
(a) reflect the financial situation of the Bidder or in case of JV member , and not an
affiliated entity (such as parent company or group member).
(b) be independently audited or certified in accordance with local legislation.
(c) be complete, including all notes to the financial statements.
(d) correspond to accounting periods already completed and audited.
 Attached are copies of financial statements14 for the __FIVE years required above;
and complying with the requirements

.14 If the most recent set of financial statements is for a period earlier than 12 months from the date of bid, the
reason for this should be justified.

14-09-2017 Hirakud Addl. Spillway (I) I - Page 141


Section IV - Bidding Forms

Form FIN – 3.2: Average Annual Construction Turnover


Bidder’s Name: ________________
Date: ______________________
JV Member’s Name_________________________
ICB No. and title: ___________________________
Page _______________of ______________pages

Annual turnover data (construction only)


Year Amount Exchange rate (INR USD equivalent
60 = 1 USD)
Currency
[indicate year] [insert amount and indicate
currency]

Average
Annual
Construction
Turnover *

* See Section III, Evaluation and Qualification Criteria, Sub-Factor 3.2.

14-09-2017 Hirakud Addl. Spillway (I) I - Page 142


Section IV - Bidding Forms

Form FIN – 3.3: Financial Resources

Specify proposed sources of financing, such as liquid assets, unencumbered real assets, lines of
credit, and other financial means, net of current commitments, available to meet the total
construction cash flow demands of the subject contract or contracts as specified in Section III
(Evaluation and Qualification Criteria)

Financial Resources
Source of financing Amount in INR (INR 60 = 1 USD or
No.
equivalent)

14-09-2017 Hirakud Addl. Spillway (I) I - Page 143


Section IV - Bidding Forms

Form FIN – 3.4: Current Contract Commitments / Works


in Progress
Bidder and each partner to a JV and / or his proposed associate identified specialized firm
should provide information on their current commitments on all contract that have been
awarded or for which a letter of intent or acceptance has been received or for contracts
approaching completion, but for which an unqualified full completion certificate has yet to be
issued.
Name of Employer, contact Value of Estimated Average monthly Remarks
contract address / telephone outstanding completion invoicing over
/ fax work (Current date last six months
INR in Cr. (INR (Rs. in Crores)
60 = 1 USD or (INR 60 = 1 USD
equivalent or equivalent
currency) currency)

Total

14-09-2017 Hirakud Addl. Spillway (I) I - Page 144


Section IV - Bidding Forms

FORM FIN – 3.5: Financial Stability


Additional Spillway Complex on Left Bank of Mahanadi River
We hereby confirm that we have adequate financial stability and status to meet the financial
obligation pursuant to the scope of work .The details of our profit and loss account and
balance sheet (of last five years ) are also enclosed as annexure to this schedule.

S. No. Description

A. Orders in hand :

Total value of contracts


Cumulative work completed out of above value INR up to March 2017.

B. Gross Turnover of company during

Gross Construction work


in INR
March 2012
March 2013
March 2014
March 2015
March 2016
March 2017
C. Balance sheet and profit and loss account duly certified by a chartered account for
the last 5 years is to be submitted

D. Declaration by Bankers or the charted accountant regarding:


Bank guarantee limits – Enclosed at………………….
Overdraft limits/ cash credits limits - Enclosed at………………….
Deferred payments limits - Enclosed at………………….
Fixed deposits - Enclosed at………………….
Movable property hypothecation ………………………….
(please state the present utilization status also)
Liquid Assets (last five years)

14-09-2017 Hirakud Addl. Spillway (I) I - Page 145


Section IV - Bidding Forms

Form EXP - 4.1: General Construction Experience

Bidder’s Name: ________________


Date: ______________________
JV Member’s Name_________________________
ICB No. and title: ___________________________
Page _______________of ______________pages

Starting Ending Contract Identification Role of


Year Bidder
Year

Contract name: ____________________


Brief Description of the Works performed by the
Bidder: _____________________________
Amount of contract: ___________________
Name of Employer: ____________________
Address: _____________________________
Contract name: _________________________
Brief Description of the Works performed by the
Bidder: _____________________________
Amount of contract: ___________________
Name of Employer: ___________________
Address: _________________________
Contract name: ________________________
Brief Description of the Works performed by the
Bidder: __________________________
Amount of contract: ___________________
Name of Employer: ___________________
Address: _________________________

14-09-2017 Hirakud Addl. Spillway (I) I - Page 146


Section IV - Bidding Forms

Form EXP - 4.2 (a): Specific Construction and Contract


Management Experience

(Bidder or his proposed associate identified specialized firm or each member of J V)


Bidder’s Name: ________________
Date: ______________________
JV Member’s Name_________________________
ICB No. and title: ___________________________
Page _______________of ______________pages

Similar Contract No. Information

Contract Identification
Award date
Completion date
Role in Contract Prime Member in Management Sub-
Contractor JV Contractor contractor

  
Total Contract Amount US$1 = INR 60

If member in a JV or sub-
contractor, specify participation
in total Contract amount

Employer's Name:

Address:
Telephone/fax number
E-mail:

14-09-2017 Hirakud Addl. Spillway (I) I - Page 147


Section IV - Bidding Forms

Form EXP - 4.2(a) (cont.)


Specific Construction and Contract Management Experience (cont.)

Similar Contract No. Information

Description of the similarity in


accordance with Sub-Factor 4.2(a) of
Section III:

Amount

Physical size of required works items

Complexity

Methods/Technology

Construction rate for key activities

Other Characteristics

14-09-2017 Hirakud Addl. Spillway (I) I - Page 148


Section IV - Bidding Forms

Form EXP - 4.2 (a) (Cont.)


Work performed as prime contractor (in the same name) /…….. / ………..
on works of a SIMILAR WORKS/ QUALIFICATION CRETERIA (civil & H.M. works) over the last five years
()
S. Project Name Description Contract Value of Date of Stipulated Actual date Amount Remarks :
No. of works issue period of of Completed (a)
Name of the No. contract completion completion* Rs in Cr MEETING
Employer* (Rs. of QR : YES /
&
with contact in Acceptance NO
details : Crore)) Letter /
Percentage
email / work (b)
completed
phone / order/ Explaining
Mob/ reasons for
Address delay and
work
completed
1.

2.

3.

4.

5.
*Attach : certificate(s) from the Engineer(s)-in-Charge or self certified
@ The item of work for which data is requested should tally with that specified in Section – III E-1.1 above.
β Attach certificate from Chartered Accountant or self certified

14-09-2017 Hirakud Addl. Spillway (I) I - Page 149


Section IV - Bidding Forms

Form EXP - 4.2(b): Construction Experience in Key


Activities
(Bidder or his proposed associate identified specialized firm or each member of J V)
Bidder's Name: ________________
Date: ___________________
Bidder's JV Member Name: __________________
Sub-contractor's Name15 (as per ITB 34.2 and 34.3): ________________
ICB No. and title: _____________________
Page ______of _____pages

All Sub-contractors for key activities must complete the information in this form as per ITB
34.2 and 34.3 and Section III, Qualification Criteria and Requirements, Sub-Factor 4.2.
1. Key Activity No One: ________________________

Information

Contract Identification
Award date
Completion date
Role in Contract Prime Member in Management Sub-
Contractor JV Contractor contractor
   
Total Contract Amount
US$ 1 = INR 60

Quantity (Volume, number or rate of Total quantity in Percentage Actual


production, as applicable) performed the contract Quantity
under the contract per year or part of participation Performed
the year (i)
(ii) (i) x (ii)

Year 1
Year 2
Year 3
Year 4
Year 5

15
If applicable

14-09-2017 Hirakud Addl. Spillway (I) I - Page 150


Section IV - Bidding Forms

Information

Employer’s Name:

Address:
Telephone/fax number
E-mail:

2. Activity No. Two


3. …………………

Information

Description of the key activities in


accordance with Sub-Factor 4.2(b)
of Section III:

14-09-2017 Hirakud Addl. Spillway (I) I - Page 151


Section IV - Bidding Forms

Form EXP - 4.2(b) (Cont.): Quantities of work Executed


In the last five years : ( )**
*Quantity of Work Performed ( in respective unit )
Total Height
S. Name of the Earth works in Earth work & Rock HM HM of Dam
No. Name of Employer Cement Excavation and Excavation Radial Gantry (Foundation Remarks
**Year the Work Concrete embankment for cu.m Gate Crane to TBL)
(including DYKE ( M . T . at (M.T. )
RCC & cu.m least one at least
PCC) Total Average Total Average one
cu.m volume per volume per
month month
(a)
1. 2012-2013
(b)
(a)
2. 2013-2014 (b)
(c)
(a)
3. 2014-2015 (b)
(c)
(a)
4. 2015-2016
(b)
(a )
5 2016-2017
(b)

*Attach certificate(s) from the Engineer(s)-in-Charge

14-09-2017 Hirakud Addl. Spillway (I) I - Page 152


Section IV - Bidding Forms

Form EXP - 4.2(b) (Cont.): Successful Performance


Services for Hirakud Dam –
Additional Spillway Complex on Left Bank of Mahanadi River
We hereby furnish relevant documentary evidence from the clients for “successful
performance” of the system engineered by us

S. No. Name and capacity of Dam or Irrigation Supporting documents attached


Project, Hydro power Project engineered as annexure
by preparing the Construction Drawings

14-09-2017 Hirakud Addl. Spillway (I) Page 153


Section IV - Bidding Forms

Form EXP - 4.2(b) (Cont.): Preparation of Construction


Drawing
Detail Construction Drawing Services for Hirakud Dam –
Additional Spillway Complex on Left of Gandhi Hillock

We here by confirm that we have carried out the “preparation of Construction Drawing” for
projects of specified magnitude in the following areas along with the supporting documents
to establish the same are also meeting requirements with related specification .
S. No. Activity Name of project Clients name Supporting
with date of and contact documents /
commissioning address with
telephone / Fax
number
Meeting

Q R : Yes /
No

Detailed construction drawing for at


least three Concrete gravity dams of
50m height with over-flow or deep
under-sluices.
(i)……(ii)……(iii)…..

Detailed construction drawing for at


least three embankment dam of 50m
height.(i) ; (ii) ; (iii)

Detail construction drawing for at least


three spillway With a discharge capacity
of 9200 m3/sec involving a drop of not
less than 50 m. .(i) ; (ii) ; (iii)….

Detail construction drawing of at least


Three 50 m high concrete gravity
training / retaining wall for spill channel
capable of carrying flood discharge of
about 9200 m3/sec. .(i) ; (ii) ; (iii)……

Detail construction drawing and


engineering of at least three Projects
having Spillway radial gates and stop
logs with hoisting arrangement with
opening size of around 15 m x 15 m.

14-09-2017 Hirakud Addl. Spillway (I) I - Page 154


Section IV - Bidding Forms

S. No. Activity Name of project Clients name Supporting


with date of and contact documents /
commissioning address with
telephone / Fax
number
Meeting

Q R : Yes /
No

Experience of having carried out


geotechnical and studies for at least one
project located

14-09-2017 Hirakud Addl. Spillway (I) I - Page 155


Section IV - Bidding Forms

Form EXP - 4.2(b) (Cont.): Technical Knowledge


Hirakud Dam –Additional Spillway Complex on
Left Bank of Mahanadi River
We hereby furnish following details to substantiate that we meet as a firm who regularly
“undertakes Preparation of Construction Drawing work of the types specified” in
Technical Specifications and has adequate technical knowledge and practical experience in
the field.

S. Description of Name Approximate Period of Brief Supporting


consultancy of client value of the execution of scope document
No. assignments contract assignment from client
attached

14-09-2017 Hirakud Addl. Spillway (I) I - Page 156


Section IV - Bidding Forms

Form EXP - 4.2(b) (Cont.): Quality Assurance and


Inspection
QA & QC Services for Hirakud Dam –
Additional Spillway Complex on Left Bank of Mahanadi River
[Note: In similar format, the construction contractor as well as his JV members and sub-
vendor need to furnished their data]
We hereby furnish details as given below to indicate our past experience in carrying out
“quality assurance and inspection” & “quality control” programme at (a) Construction at
project site (b) manufacturer’s works, (c) H.M works and (d) Electrical work at project site:

S. No. Projects Type of involvement at Types of involvement Supporting


manufacturers works and at construction documents
at project site* works at project site* and format of
Field Quality
Assurance
Plan

*State (i)whether involvement in QA or inspection or both and furnish details separately. (ii)
Attach sample formats for (a) QA & I (b) QC

14-09-2017 Hirakud Addl. Spillway (I) I - Page 157


Section IV - Bidding Forms

Form H.M. – Technical Data Declaration/


Responsiveness Matrix

TECHNICAL DATA SHEETS / Responsiveness Matrix/


Technical data sheets represent technical questionnaire to be furnished in filled up form duly
signed with the bid. The data under sub-head “Guaranteed technical particulars” will form
an integral part of the contract and will be reviewed for evaluation and it is confirmation of
the bidder having agreed to abide by this data during execution of work.
The data under sub-head “Tentative technical particulars” will not form an integral part of
the contract but will be only informative in nature and may be used by the Owner to see that
it meets in general the requirements of the specifications and shall be purely tentative to be
finalized during the preparation of the detailed construction drawings by the successful
bidder.
The Bidder is, therefore, requested to read these data sheets with care and to complete the
most conscientiously and with every necessary detail.
The Bidder shall to provide break-up of weight particulars for 1st stage embedded parts, 2nd
stage embedded parts, Gate parts and Hoist supporting structure and hoist in the data sheet
along with substantiating supporting documents.
Special Notes: Don’t fill in the shaded portion and fill all blank portions in the data sheets.

Item Number : 1

Description : SPILLWAY RADIAL GATE WITH HYDRAULIC HOISTS

A. GATE

1. Technical Particulars

a. Gate size (width x height) :


b. Hydraulic head (FRL-Sill) :
c. Type of gate : Crest Radial gate
d. Number of gates :
e. Particulars :

Guaranteed Data
Sl. (Integral part of
Description Tentative Data
No Contract during
execution)

i Name of the manufacturer


and address

14-09-2017 Hirakud Addl. Spillway (I) I - Page 158


Section IV - Bidding Forms

Guaranteed Data
Sl. (Integral part of
Description Tentative Data
No Contract during
execution)

ii Reference IS codes IS 4623, 6934

iii Radius of skin plate

iv Type of trunnion anchorages

v Permissible stresses & As per Annex-B of IS


Conditions 4623

vi Type of dogging arrangement


& location

2. Specification of Material/ Grade

Guaranteed Data
Sl. (Integral part of
Description Tentative Data
No Contract during
execution)

i Skin plate Material/ Thickness

Bottom 5M Radial portion

Next 5M Radial portion

Next 5M Radial portion.

ii Trunnion hub Cast steel

iii Trunnion bush (self-lubricating) Lubrite/Devaglide/INA/


GGB

iv Trunnion pin Corrosion resistant


stainless steel

v Neoprene side seals Moulded and


homogeneous section
as per IS 11855

Moulded and

14-09-2017 Hirakud Addl. Spillway (I) I - Page 159


Section IV - Bidding Forms

Guaranteed Data
Sl. (Integral part of
Description Tentative Data
No Contract during
execution)

Rubber seals (Teflon cladded/ homogeneous section


uncladed) as per BS-2752

vi Painting system (Primer, Finish Berger/Shalimar/Asian


paint) & Make paints/ J & N

3. Transportation

Guaranteed Data
Sl. (Integral part of
Description Tentative Data
No Contract during
execution)

i Heaviest Part

Name of the part/ weight

ii Longest Part

Name of the part/ dimensions

(l x w x d)

iii Maximum width (m)

4. Weight Particulars

Guaranteed Data
(Integral part of
Sl.No Description Tentative Data (in MT)
Contract during
execution)
i 1st stage Embedded Parts
ii 2nd stage Embedded Parts
iii Gate Parts
iv Hoist supporting structure &
hoist

14-09-2017 Hirakud Addl. Spillway (I) I - Page 160


Section IV - Bidding Forms

B. HYDRAULIC HOIST

1. Technical Particulars

a. Hoist capacity :

b. Type of hoist : Single acting

c. Imported or Indigenous :

d. Number of hoist :

d. Reference codes : DIN 10704, IS 10210

e. Particulars

Guaranteed Data
Sl. (Integral part of
Description Tentative Data
No Contract during
execution)

B 1.1 Hydraulic Cylinder

i Name of the manufacturer and


address

ii Stroke (working) in mm

iii Reserve stroke

Piston end (in mm)

Stem rod end (in mm)

iv Design pressure 20 MPa

B 1.2 Hoist Cylinder mounting &


connecting arrangement

B 1.3 Hydraulic Power pack


assembly

i Name of manufacturer

ii Type of the oil pump

iii Maximum working pressure at 22.5 MPa


pump

14-09-2017 Hirakud Addl. Spillway (I) I - Page 161


Section IV - Bidding Forms

Guaranteed Data
Sl. (Integral part of
Description Tentative Data
No Contract during
execution)

iv Type of motor and make

B 1.4 Electrical controls

i Name of the manufacturer

ii Type of gate position indicator

iii Transmitter & Limit switches

Type

Make

2. Specification of Material/ Grade

Guaranteed Data
Sl. (Integral part of
Description Tentative Data
No Contract during
execution)

i Oil tank Stainless steel AISI 304

ii Hydraulic oil (viscosity) As recommended by


cylinder manufacturer

iii Piping & fittings Stainless steel

iv Painting system (Primer,


Finish paint) & Make

3. Transportation

Guaranteed Data
Sl. (Integral part of
Description Tentative Data
No Contract during
execution)

i Heaviest Part

14-09-2017 Hirakud Addl. Spillway (I) I - Page 162


Section IV - Bidding Forms

Guaranteed Data
Sl. (Integral part of
Description Tentative Data
No Contract during
execution)

Name of the part/ weight

ii Longest Part

Name of the part/ dimensions

(l x w x d)

iii Width (m)

C. LOCAL ELECTRICAL CONTROL PANEL:

• Brief Description & Details:


Guaranteed Data
Sl. (Integral part of
Description Tentative Data
No Contract during
execution)

i Name of the manufacturer and


address of local control panel

ii Description of indications

iii Protection devices

iv Main distribution board

v Cables details

vi Earthing details

14-09-2017 Hirakud Addl. Spillway (I) I - Page 163


Section IV - Bidding Forms

D. Instrumentation & Dam Control System:

• Brief Description of Radar type Instruments (Water level measurement system


& its hardware) :
• Brief Description of Radar type Instruments (Balance head measurement
system & its hardware):
• Brief Description of Dam control system:
• Controls:
• Indications:

Guaranteed Data
Sl. (Integral part of
Description Tentative Data
No Contract during
execution)

i Name of the manufacturer


and address of Water level
measurement system

ii Name of the manufacturer


and address of Balance head
measurement system

iii Name of the manufacturer


and address of Dam control
system

iv Description of indications

v Description of Protection
devices

vi Over riding system

14-09-2017 Hirakud Addl. Spillway (I) I - Page 164


Section IV - Bidding Forms

Item Number : 2

Description : SPILLWAY STOPLOGS (SLIDE TYPE) AND GANTRY CRANE


WITH LB

A. GATE

1. Technical Particulars

a. Gate size (width x height) :


b. Number of units :
c. Hydraulic head (MWL-Sill) :
d. Skin plate (u/s or d/s) : Downstream
e. Type of side sealing (u/s or d/s) : Downstream
f. Operating condition : Balanced water head on u/s & d/s except
for the top unit, which will be lifted
under unbalanced head.

g. Particulars

Guaranteed Data
Sl. (Integral part of
Description Tentative Data
No Contract during
execution)

i Name of the manufacturer


and address

ii Reference IS codes IS 9349, IS 13591

iii Permissible Stresses and As per Annexure-C of IS


Conditions 9349

iv Type of latching arrangement


& location

v Storage pit (if required) &


location

14-09-2017 Hirakud Addl. Spillway (I) I - Page 165


Section IV - Bidding Forms

2. Specification of Material/ Grade

Guaranteed Data
Sl. (Integral part of
Description Tentative Data
No Contract during
execution)

i Skin plate

ii Rubber seals. Moulded and


homogeneous section as
per IS 11855

iii Painting system (Primer, IS 14177


Finish paint) & Make Berger/Shalimar/Asian
paints/ J & N

3. Transportation

Guaranteed Data
Sl. (Integral part of
Description Tentative Data
No Contract during
execution)

i Heaviest Part

Name of the part/ weight

ii Longest Part

Name of the part/ dimensions

(l x w x d)

iii Width (m)

14-09-2017 Hirakud Addl. Spillway (I) I - Page 166


Section IV - Bidding Forms

4. Weight Particulars

Guaranteed Data
Sl. (Integral part of
Description Tentative Data (in MT)
No Contract during
execution)

i 1st stage Embedded Parts

ii 2nd stage Embedded Parts

iii Gate Parts

iv Gantry Crane

B. GANTRY CRANE

1. Technical Particulars

a. Rated capacity :

b. Reference code : IS 807 (class II) & IS 3177 (M5)

c. C/C distance between rails :

d. Minimum headroom over the deck :

c. Particulars

Guaranteed Data
Sl. (Integral part of
Description Tentative Data
No Contract during
execution)

i Name of the manufacturer and


address

ii Total lift from sill (in m)

iii Speed

14-09-2017 Hirakud Addl. Spillway (I) I - Page 167


Section IV - Bidding Forms

LT travel
Hoisting

iv Type of electric controls

v Type of cable reeling drum

2. Specification of Material/ Grade

Guaranteed Data
Sl. (Integral part of
Description Tentative Data
No Contract during
execution)

i Rope drum Cast steel

ii Gear wheels Cast steel

iii Shafts Forging

iv Pulleys Cast steel

v Type of motor & make

vi Type of Brake & make

vii Type of limit switches & make

viii Wire rope (6x36, 6x 37) IS 2266

ix Painting system (Primer, Berger/Shalimar/Asian


Finish paint) & Make paints/ J & N

14-09-2017 Hirakud Addl. Spillway (I) I - Page 168


Section IV - Bidding Forms

3. Transportation

Guaranteed Data
Sl. (Integral part of
Description Tentative Data
No Contract during
execution)

i Heaviest Part
Name of the part/ weight

ii Longest Part
Name of the part/ dimensions
(l x w x d)

iii Width (m)

14-09-2017 Hirakud Addl. Spillway (I) I - Page 169


Section IV - Bidding Forms

FORM : Letter of Undertaking


from his proposed associate identified specialized firm

(BASED ON WHICH THE BIDDER will seek post -QUALIFICATION FOR relevant
EXPERIENCE FOR HYDRO MECHANICAL EXPERIENCE / CONSTRUCTION
DRAWING EXPERIENCE / GROUTING WORKS)
(This undertaking is to be furnished with the bid separately for each of the applicable _ for
Hydro Mechanical Experience / Detail Construction Drawing preparation Experience /
Grouting Experience)

No………………….
Date…………………
To,
The
Dear Sir,
We, M/s …………………………… (name of the sub-contractor) having registered office at.
………….do hereby undertake that M/s ………………(name of the bidder), has associated
us as the proposed sub-contractor for the work of ………………(brief scope of the sub-
contract) for the contract for Civil Works and Hydro Mechanical Equipment’s works.
We confirm that in the event of award of contract for Civil Works and Hydro Mechanical
Equipment’s works to M/s. ……………(Name of the bidder), we shall work as the sub-
contractor to M/s. ……………(Name of the bidder) and shall be responsible for successful
completion of work of. ………………(Brief scope of the sub-contract).

Yours faithfully

For & on behalf of M/s …………….


(Name & Address of the Sub-Contractor)
Date: (Office Seal)
Place:
Note: This letter of authorization should be on the letterhead of the proposed Sub-Contractor
and should be signed by a person competent and having the Power of Attorney to bind the
Sub-Contractor. Power of Attorney in favour of this person to do so may be enclosed with
this undertaking.

14-09-2017 Hirakud Addl. Spillway (I) I - Page 170


Section IV - Bidding Forms

FORM : SUBCONTRACTORS LIST


List hereunder the principal Subcontractors and other persons and organizations that the
Bidder intends to employ, if awarded the Contracts, including those who are to furnish the
principal items of material and equipment, and the Work to be done by them. As a minimum,
the list should include all Subcontractors with proposed financial participation of 3% or
greater of the Bid Price.(Include work Bidder intends to subcontract, even if a Subcontractor
has not yet been selected).

Description of Work Name of Subcontractor Address e-mail ; Mob

1.

2.

3.

4.

5.

6.

7.

8.

9.

10.

11.

14-09-2017 Hirakud Addl. Spillway (I) I - Page 171


Section IV - Bidding Forms

Description of Work Name of Subcontractor Address e-mail ; Mob

12.

13.

14.

15.

16.

17.

14-09-2017 Hirakud Addl. Spillway (I) I - Page 172


Section IV - Bidding Forms

Form of Bid Security


(Demand Guarantee)

Beneficiary: __________________________
Invitation for Bids No: ________________________________________
Date: __________________________
BID GUARANTEE No.: __________________________
Guarantor: ________________________________________________
We have been informed that __________________________ (hereinafter called "the
Applicant") has submitted or will submit to the Beneficiary its bid (hereinafter called "the
Bid") for the execution of ________________ under Invitation for Bids No. ___________
(“the IFB”).
Furthermore, we understand that, according to the Beneficiary’s conditions, bids must be
supported by a bid guarantee.
At the request of the Applicant, we , as Guarantor, hereby irrevocably undertake to pay the
Beneficiary any sum or sums not exceeding in total an amount of ___________
(____________) upon receipt by us of the Beneficiary’s complying demand, supported by the
Beneficiary’s statement, whether in the demand itself or a separate signed document
accompanying or identifying the demand, stating that either the Applicant:
(a) has withdrawn its Bid during the period of bid validity set forth in the Applicant’s
Letter of Bid (“the Bid Validity Period”), or any extension thereto provided by the
Applicant; or
(b) having been notified of the acceptance of its Bid by the Beneficiary during the Bid
Validity Period or any extension thereto provided by the Applicant, (i) has failed to
execute the contract agreement, or (ii) has failed to furnish the performance security,,
in accordance with the Instructions to Bidders (“ITB”) of the Beneficiary’s bidding
document.
This guarantee will expire: (a) if the Applicant is the successful bidder, upon our receipt of
copies of the contract agreement signed by the Applicant and the performance security issued
to the Beneficiary in relation to such contract agreement; or (b) if the Applicant is not the
successful bidder, upon the earlier of (i) our receipt of a copy of the Beneficiary’s notification
to the Applicant of the results of the bidding process; or (ii)twenty-eight days after the end of
the Bid Validity Period.
Consequently, any demand for payment under this guarantee must be received by us at the
office indicated above on or before that date.
This guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010
Revision, ICC Publication No. 758.
_____________________________
[signature(s)]

14-09-2017 Hirakud Addl. Spillway (I) I - Page 173


Section IV - Bidding Forms

Form of Bid-Securing Declaration [NOT APPLICABLE ]

Date: ________________
Bid No.: ________________
Alternative No.: ________________
To:
We, the undersigned, declare that:
We understand that, according to your conditions, bids must be supported by a Bid-Securing
Declaration.
We accept that we will automatically be suspended from being eligible for bidding in any
contract with the entity that invited Bids for the period of time of ______________ starting
on _________, if we are in breach of our obligation(s) under the bid conditions, because we:
(a) have withdrawn our Bid during the period of bid validity specified in the Letter of Bid;
or
(b) having been notified of the acceptance of our Bid by the Employer during the period of
bid validity, (i) fail or refuse to execute the Contract, if required, or (ii) fail or refuse to
furnish the Performance Security, in accordance with the ITB.
We understand this Bid-Securing Declaration shall expire if we are not the successful Bidder,
upon the earlier of (i) our receipt of your notification to us of the name of the successful
Bidder; or (ii) twenty-eight days after the expiration of our Bid.
Name of the Bidder*
Name of the person duly authorized to sign the Bid on behalf of the Bidder** _______
Title of the person signing the Bid _____________________
Signature of the person named above _____________________ate
signed ________________________________ day of ____________, _____
*: In the case of the Bid submitted by joint venture specify the name of the Joint Venture as
Bidder
**: Person signing the Bid shall have the power of attorney given by the Bidder attached to
the Bid
[Note: In case of a Joint Venture, the Bid-Securing Declaration must be in the name of all
members to the Joint Venture that submits the bid.]

14-09-2017 Hirakud Addl. Spillway (I) I - Page 174


Section V - Eligible Countries

Section V: Eligible Countries

Eligibility for the Provision of Goods, Works and Non Consulting Services in
Bank-Financed Procurement

1. In reference to ITB 4.7 and 5.1, for the information of the Bidders, at the present time

firms, goods and services from the following countries are excluded from this bidding

process:

Under ITB 4.7(a) and 5.1: [insert a list of the countries following approval by the Bank to
apply the restriction or state “none”]
Under ITB 4.7(b) and 5.1: [insert a list of the countries following approval by the Bank to
apply the restriction or state “none”]

14-09-2017 Hirakud Addl. Spillway (I) Page 175


Section VI - Bank Policy

Section VI. Bank Policy –


Corrupt and Fraudulent Practices
Guidelines for Procurement of Goods, Works, and Non-Consulting Services under IBRD
Loans and IDA Credits & Grants by World Bank Borrowers, dated January 2011.
“Fraud and Corruption:
1.16 It is the Bank’s policy to require that Borrowers (including beneficiaries of Bank loans),
bidders, suppliers, contractors and their agents (whether declared or not), sub-
contractors, sub-consultants, service providers or suppliers, and any personnel thereof,
observe the highest standard of ethics during the procurement and execution of Bank-
financed contracts.16 In pursuance of this policy, the Bank:
(a) defines, for the purposes of this provision, the terms set forth below as follows:
(i) “corrupt practice” is the offering, giving, receiving, or soliciting, directly
or indirectly, of anything of value to influence improperly the actions of
another party;17;
(ii) “fraudulent practice” is any act or omission, including a misrepresentation,
that knowingly or recklessly misleads, or attempts to mislead, a party to
obtain a financial or other benefit or to avoid an obligation;18
(iii) “collusive practice” is an arrangement between two or more parties
designed to achieve an improper purpose, including to influence
improperly the actions of another party;19
(iv) “coercive practice” is impairing or harming, or threatening to impair or
harm, directly or indirectly, any party or the property of the party to
influence improperly the actions of a party;20
(v) "obstructive practice" is
(aa) deliberately destroying, falsifying, altering, or concealing of
evidence material to the investigation or making false statements to
investigators in order to materially impede a Bank investigation into
allegations of a corrupt, fraudulent, coercive or collusive practice;
and/or threatening, harassing or intimidating any party to prevent it

16
In this context, any action to influence the procurement process or contract execution for undue
advantage is improper.
17
For the purpose of this sub-paragraph, “another party” refers to a public official acting in relation to the
procurement process or contract execution. In this context, “public official” includes World Bank staff
and employees of other organizations taking or reviewing procurement decisions.
18
For the purpose of this sub-paragraph, “party” refers to a public official; the terms “benefit” and
“obligation” relate to the procurement process or contract execution; and the “act or omission” is
intended to influence the procurement process or contract execution.
19
For the purpose of this sub-paragraph, “parties” refers to participants in the procurement process
(including public officials) attempting either themselves, or through another person or entity not
participating in the procurement or selection process, to simulate competition or to establish bid prices
at artificial, non-competitive levels, or are privy to each other’s bid prices or other conditions.
20
For the purpose of this sub-paragraph, “party” refers to a participant in the procurement process or
contract execution.

14-09-2017 Hirakud Addl. Spillway (I) I - Page 176


Section VI - Bank Policy

from disclosing its knowledge of matters relevant to the investigation


or from pursuing the investigation, or
(bb) acts intended to materially impede the exercise of the Bank’s
inspection and audit rights provided for under paragraph 1.16(e)
below.
(b) will reject a proposal for award if it determines that the bidder recommended for
award, or any of its personnel, or its agents, or its sub-consultants, sub-
contractors, service providers, suppliers and/or their employees, has, directly or
indirectly, engaged in corrupt, fraudulent, collusive, coercive, or obstructive
practices in competing for the contract in question;
(c) will declare mis-procurement and cancel the portion of the loan allocated to a
contract if it determines at any time that representatives of the Borrower or of a
recipient of any part of the proceeds of the loan engaged in corrupt, fraudulent,
collusive, coercive, or obstructive practices during the procurement or the
implementation of the contract in question, without the Borrower having taken
timely and appropriate action satisfactory to the Bank to address such practices
when they occur, including by failing to inform the Bank in a timely manner at the
time they knew of the practices;
(d) will sanction a firm or individual, at any time, in accordance with the prevailing
Bank’s sanctions procedures,21 including by publicly declaring such firm or
individual ineligible, either indefinitely or for a stated period of time: (i) to be
awarded a Bank-financed contract; and (ii) to be a nominated22;
(e) will require that a clause be included in bidding documents and in contracts
financed by a Bank loan, requiring bidders, suppliers and contractors, and their
sub-contractors, agents, personnel, consultants, service providers, or suppliers, to
permit the Bank to inspect all accounts, records, and other documents relating to
the submission of bids and contract performance, and to have them audited by
auditors appointed by the Bank.”

21
A firm or individual may be declared ineligible to be awarded a Bank financed contract upon: (i) completion of the Bank’s sanctions
proceedings as per its sanctions procedures, including, inter alia, cross-debarment as agreed with other International Financial
Institutions, including Multilateral Development Banks, and through the application the World Bank Group corporate administrative
procurement sanctions procedures for fraud and corruption; and (ii) as a result of temporary suspension or early temporary
suspension in connection with an ongoing sanctions proceeding. See footnote 14 and paragraph 8 of Appendix 1 of these Guidelines.
22
A nominated sub-contractor, consultant, manufacturer or supplier, or service provider (different names are used depending on the
particular bidding document) is one which has either been: (i) included by the bidder in its pre-qualification application or bid
because it brings specific and critical experience and know-how that allow the bidder to meet the qualification requirements for the
particular bid; or (ii) appointed by the Borrower.

14-09-2017 Hirakud Addl. Spillway (I) I - Page 177

Você também pode gostar